HomeMy WebLinkAboutContract 27891�(�N R �R��� 1���C1-I �
�
��'��Y�+`i�A'I`����
���
C��'�'RA�'�' D���lIV����'�
�+'�R
�+[EV4� ���1�T�►�, ��1S�A��.AT��]�I�
AT 'Y`H� �1�'�,'����CTI��� �!+ :
�«���
;� �C1N�Jl�fCR
.t�'4bTfR+�lCl1�R'! �OF��IN6 �0.
�,�, CRY �+EC�Y
�. cfry �s �tc�
Eti�I�i�ItINQ #�i .
,-� �IFW # FR.� �Y �
� _- �
.�� �-
�. ���. ;7, �� i , ,��, � t�i
�u�sv�o�d Slvd. � 13ut���ood ��r,
�wy 1 �� ! �ar��a Av.
1V��a��ar�r� Blvd� 11V. ���rra���a► A.�r.
�pc�vnrrv�od Ln. ! �Ve�tern Cent��• ��v�.
���,T��T �io, TP�V-'�`F-�����f10�1�
111 ���� ��r��� �� 1'��1 ��l_����� l�i�i''L�?
���� L��V�r
�
�1�I1�ET[� L. BA�
�IAY��
�{��Y xY. �2��31�711i'�
C;1T3� N].A1�.3iC�C+ l�
HU�� A. 1�'�A�f�I�1�A, P. �. - DIItEG'T�Y� �
r �'�
�
��
.�Q�: �. T'ER.LV��, �'.�. � �x���fiT�A1�T �i�li�:C'�'O� *" `
�/ •
J.11r�A�I� 1V�A'I'�Y�� �.�. T �12OdE�T 31'i�i�iA1�1�;1�
�
TRr�LiV��(3i�"�'A.'�'���1 �i1�D PL�.S���; �V(��S DEP�iR'�`1V��1VT
.�
�aH
���g ���
�c��,�.R���
ro���. �
�%� ����.
����C�d��� ��C���
�;b�i� ��������
�� �.��_����� �.
�
,
G'�t� of �or� �or��, ��'e�c�cs
� ���a� �r�� �a����I �,a���n�����a�
GATE �Tr��F�1��f�fGF F�LtME��R 'I I.,�:1 � �aATv1�E FAc,�E
7'��1�2 "'*�-1913� 1,— — �oS���A� .�-- � �f �
, �u���c�r� AINARD �F ��f��'F2A�T �� �UF�AB�� �P��IA�TIE�, lE��. F�}� �H� �Of��Tf�U�TEQN
� � �� P�EW TRFIFFI� �I�i�A1��
F , � �
��CON4ME�DAi`I�N;
!# i� re�orn�ner�d�d t�a# the Cify �o�,n��l ��k�orize t#�� �ity h.+l�n�g�� t� �xe�ud� ����#r��t witl� D�ar�ble
i�pe�ialti��, In�. �r� th� amo�n� �f $��8.0�4,(}0 fvr tY�e constructi�n �af r��w traffic s�g�als at ti��
�nt�r�ect�on� �f �asswooci �oul�vard�Butto�wo�d Drtv�, H���way ��}�ar�a ,�vanue, N�ea��nar�
� e 8aulevardff��rth �ylv��ri� Aver�u�, ar��i �poonw�od L�neNVestem �er�t�r Boukevard (Projec# �la_ �"P�!-
TE-�0���0014j.
Dl��l.������1:
�n Decornb�r '�9, ����. #h� �ity ��ur�cil adop�ed a re�o�ution au#hvrizir�g ��e iss�a�r�ce o� $�3�M ir�
��rkifi�ates of �b1i���i�n t� address �ritical �api��,l pr��e�ts #�af ir��Eud� $�� in �r2�ffi� sic�r�aG
impro�re�eni fu�d� �o su�p��ment th� '19�8 ���tt2�! Irrt�r�veme�t Pro�ram. Tt�e �r�je�t inc����s
consfructio� of #r�ffi� sG�rta�� at B���woad 8�ul�vardfS�uf#onwao� DrEv�, �1��1�w��r � 8�lC�r�� �venue,
�leacham Bouleva�f�]o�t�t Syl�artia Avenu�, ar�d �poo��n+��d LaneMle�#ern �ertter �o�levard,
BID �1DV�RTISEM��1T -�`his p�oje�f �r�s �dverkised �c�r l�id an April 18 ar�� N�ay �, �Ufl�, �r� lU��y �,
����, th�e fo�lowi€�g bid� w�f� rec�3ved-
: �� -
D�rabEe ��ecialki�s. I��,
SY��rrnckc �1e�t�i�, 1r��,
ir�t�gr�ted Raedway �ervice�, I�c.
�t�����Jd ��t�r�rises, ln�.
� O1+101.l.�1 �'
���8.�0�.0�
$2�a,7��_7�
���6,��8,��
$276,97�.75
�i��r s�aff consid�rs th� 1ow b�d t� I� f2Gr �nd r��s��ab�� a�d recammen�s appra�ral,
A traffi� s�gr�al st�d� c�n�lud�d t1�at th�se f�tars��tior�s rr���� ��e w�rrant rec}uiremer�#� fo� � tr�f�c
si�n�l ��sed on the �.anu�l_ an Ur�iform Tr��fic �ont�ol L�e�ices, as v��11 as th� �it�'� vel�i�ie dela��r
crite�ia. iY�� l`r�nsportatGon �r�d Publi� V��rks D�pa�n�en# pro�osed to �n�tsli f�ll�r act�a�e� kraff�
stg��ls,
MN1��� Y�ur�k�Ee ��ec�a�ti�s, lr�c, is �n cornpliar�c� wi�h the �at�'s itilIJV�IB� �rdinance byr corrtm�ttir�g #o
� �°�� �IxIVB� �art�cipatwor�. Tf�� �ktJ�'� g�ai or� tf��s p��j��� is � � �b.
This pr�j��# i� ir��Cuded �n ��iJN�IL D��T�I�T� � and �4,
F,
�]�� ����� �(���, ����lS
� ����� �r�� ��u���� �������������
DA�E R�FERE[���hfUME3�'� LDGf*lA#uf� FA�F
���ro� **�-� �� �� �a���r��� � of � j
�'����c� ' A1N�F2� �F �OfVTRA�T TO DLlF�,BL� �F'��I�I�T�E�, IlV�. ��E� THE ��IV�7F�U�TI�1U
�F fVE►l� TRA���� Sf��IA��S
F€��AL. �iV�C�R[1�ATIOf����RT��i�A71�C�;
Ti�e �in�r��e Directar cer�kfies t�at ft�rrds ar� �vail��le ir� the c�rrent ��pi��l b+�dge#, �s �ppro�riat�d, of
the �rkticai �apitaa �roje�ts ��r�� �f �h� �4�1N �e�#ifi�a��s �� Ob1�ga�ion program,
I#I�'A7
,
���bmill��d �ur CiCy hRa�otn�yer's
OF�ire �}:
1�ii��gcktc Ci�e�rc;rlA�tirMg
(��gin�ling�le}�arlrocrtt F3c�3;
G . Be�im�ur�x}�Acting
A�l�ilial��xl Infor�ulfuu �R�a[a�i:
�'�. �s�������,�t�4
rurm ��c�ornv�r j r:��u ���c�r�rr�r � cr�'� s�.c��r�� ,
�t4}
�}��fi - -- - 1
7801 {CFom)
�� 1+�
C�16
I �f16
���� � ����
AI'I'���YEI} 07�O�f�2
�99��� Q2{119�t�9�Q�� f ���,32�.��
541�00 �J2�91�03111}7 �57,�00.0�
��9�00 � ���115031169 $77,�2D.�4 �
�q1�t]p j �,��11�03'11�� �`'��,�8�,4C1 �
,� i -� -- i�i]i�fl
City of Fort WoYth
T.�a�tspartation and Public Works Department
PROJECT No. TPW-TE-2QQ2-Q0094
NEW SIGNAL INSTALLAT�ONS AT THE INTERSECTTONS OF:
Basswood Blvd 1 Butionwood Dr
Hwv 1 �31(�ar�a �v
NYeach�m �Ivd 1 f�. �vlvania �1v.
Spoonwood Ln. l VIlesfiern Cen�er
RELEASE_DATE: Thursday, Apri1 1$, 2002
BID. DATE: Thursday, May OZ, 2002
� The follovsring additions sha11 be made to the appropriate sections of the plans and specii'icatians
_ I; and shall become a part of the Contract Dacuments. Sidders shall ackn.owledge receipt of this
addendum on the bid prauosa� and on the autszde of the sealed e�velone.
PROPOSAL:
Page B-2.No's. # 4 and 5 the Total Unif Price and Tatal Amount Bid should be blank.
Page B-3.No's. # 20, 23, 24, 25 and 29 the Total Uni# Price and Total Amaunt Bid should be
NIA.
Page B-3.No. # 28 the Tatal Unit Price and Total Amount Bid should be blank.
Page B-4 3�To's # 3Q, 32, 43, 44 a�d 48 the Total Unit Price and Total Amount Bid should be
b�ank.
Page B-4 No. # 34 the Total Unit Price and Tota1 Amount Bid should be N/A.
Page B-5 Na's # 61, 63 and 66 the Total Unit Price and Total Amount Szd shou�d be blank.
Page B-5 No's # 67, 68 az�d 70 ihe Total Unit Price and Tota1 Amount Bid shauld be NIA.
Page 1 of I
�
: L
9�
i
I
k
�
1VEW SIGNAL INSTALLA,TIONS SC: , Basswood Blvd. l Buitonwood Dr.; Hvv� 183/ Garza Av.;
Meacham Blvd. / N. Sylvania Av. and Spoonwaod Ln./ Wesiern Center
PAY APPROX. D�SGRIFTiON OF ITEMS UNI'T' TOTAiJ
ITHM QUAI�ITITY PRICE AM�UNT
1. 4 LS MOBIL,IZATION � �
2. 32 EA FLIRNSIH AND ll�TSTALL SIGNAL
HEAD 12" RYG (TYPE A) $ �
3. 2 EA k'URNISH AND INSTALL SIGNAT..
HEAD 12" R�--Y G(TYP� B) � �
4. 2 EA FURNISH AND �iSTALL SIGNAL
HEAD 12" RR �-Y G{TYPE C} $ �
5. 2 EA FLTRNISH A�DINSTALL SIGNAL
HEAD 12' � RYG�YG - V�RTICAL � �
(TYI'E F)
6. 6 EA FURiVISH AN'D ZNSTALL �IGNAL
HEAD 12" RYG¢YG - HOiISEHEAD � $
(TYPE E}
7. 44 �A �'URNISH A1VI] TNSTALL RED L.B.U.
IlVSERTS $ �
S. 27 EA FURNISH AND INSTALL
INTBRNATiONAL PEDESTRIAN $ �
SiGNAL (TYPE P)
9, 27 EA FURNISH Al`�D INBTALL L�D
INTERNATIONAL PEDESTRIAN LENS $ $
1NSERTS
10. 27 EA FLTRrTIS�I AND INSTALL PEDESTRIAN
PUSHBLTTTON AN13 SiGN ASSEMBLY $ $
11. 3,SbQ LF LOOP DETECTOR SAW CUT AND
INSTALLATIOIwT $ $
12. 5 EA �URNISH AND INSTALL LARGE
GROi7ND BOX WITH LID AND $ �
CONCRETE APRON
13. 42 �A FLJRNISH Al'�ID INSTALL SMAI.L
GROLIND BOX WT'TH LID AND $ $
CONCR�TB APR.ON
14. 459 LF FURNISH AND INSTALL 3"
SCHEDULB 40 PVC CONDUIT $ $
{BY OPET�I CUT}
15. 3,640 LF FiIRNIS� AI*1D INSTALL 1-1/4" .
SCHEDULE 40 PVC CCINDU�T $ $
(BY OPEN C'LTT)
Proposal
�
NEW SIGNALS (Continued)
PAY APPROX. DESCRiPTION OF ITEMS UNTT
ITEM QLIANTITY PRiCE
16. 175 LF FLTRNISH AND INSTALL 1-114" RIGID
M�TAL CONDUIT $
17. 1,4Q3 LF F�"URNTSH AND INSTAL�, 3"
SCHEDULE 40 PVC CONDUIT
(BOR�D) $
TOTAL
AMOUNT BID
$
$
18. 170 LF FURNISH AND INSTALL 1-1/4"
SCHEDULE 40 PVC CONDUTT $ $
(BORED)
19. 2,784 LF Fi.TRNISH AND INSTAI.L 20
CONDUCTOR#14 ELEC'T'RTCAL WIItE $ $
20: 0 LF FURI�TISH AND INSTALL 8 '
CONDUCTOR #14 �L�CTRICAL, WIRE $ N/A $ NIA
21. _ 0 LF FUR��H AND INSTALL 4
CONDUCTQR#14 ELECTRICAL WIlZE $ N/�. $ NIA
22. 13,373 LF 1�URNISH AND TNSTALL 4
CONDUCTOR SHIELDED
ELECTRICAL WTRE $ $
23. 0 LF FL]RNISH AND 1NSTAT.,T. OVERHEAD
#6 TRIPLEX $ N/A $ NIA
24. Q LF FURNISH AND INSTALL #b �iW
STANDARD (BLACK) {ELEC I'RTCAL
W�RE) $ N/A $ N/A
Z5. 0 LF �URNISH AND INSTALL #6 7�3HW
STANDARD (BLACK) {ELECTRiCAL
WIRE) $ �NIA $ _N/A`
26. 3,035 LF FURrTISH AND ].1VSTALL #8 XHF-IW
STANDARD (BLACK} (�ZECTRICAL $ $
WJRE}
27. 3,035 T�� FLI�NISA AND �NSTAi,I, #8 XHHW $ $
STANL7ARD (WHITEj (ELECTRICA�.
WTRE)
28, 5,570 LF Fi.JRNISH AND INSTA�, #8 SOLID
BARE GROL7NDII*TG (ELEC'TRTCAL $ _ $ �
WIR�)
29. 0 I,F FUItNISH AND INSTALL #1 Q
NEU'1'12AL SOLID {ELECTRICAL WIRE) $ N/A $ �N/A�
Proposal
I: e
ii
t
TOTAL
AMOUNT BFD
$
$ 1'�1/A
$
$
$
N/A -
$
$
$
$
�
$
CONTROLLERl336 CABINE7' $ Nl.r� � N/A
NEW SIGNALS {Continued)
PAY APPROX. DESCRIPTIDN (JF ITEMS U1VIT
I'�EM QUAl`�iTITY PRICE
3Q_ 2 EA F�TRI�iISH AND INSTALL CONCTiETE $
FOUNI�ATION TYPE 1
31 _ Q�A FU1Zl�TISH AND INSTALL CONCRETE
FOUNDATI�N TYPE 2 $ N/A
32, 7 EA FL712Ni�H A�D IN�TALL CONCRETE
FOUNDATION mYPE 3 $
33. 9 EA FT]RI�IISH AND INSTALL CONCR�`I'�
k'�L1NDA'1'�ON TYPB 4 $
34 0 FLJRNISH AND 1N5TALL CONCRETE $
FOUNDATiON '�`YPE 5 N/A
35. 4 EA FU}tNISH AND INSTALL CABTP�TET �
CONCRETE FOUNDATION $
36. 4 EA FURAiISH AND INSTALL EL�CTRICAL
SERVICE $
37. 20 EA FURNTSH A1rID INSTALL SIDEWALK
' R�MP� $
38. S L.S REI'vZ�VAL AND REPLACE G"LJRBS,
ISLANDS, MEDIANS AND/OR R A.MPS $
39. 4 LS INSTALLATTON OF TRAFFIC SIGNAL
MTSCELLANEOUS $
40. 4 EA INSTALL TYFE 170E �
CD�iTROLL.ER/332 C,ABINET $
41. 0 EA 1NSTAL�. TYPE 170E
43.
44.
45.
�46.
47.
48.
49.
0 EA INSTALL I 6' MAST ARM
2 EA 1NSTALI. 20' MAST ARM
l EA INSTALL 24' MAST ARM
]. �A INSTALL 28' MAST ARM
� EA INSTAT..L 32' MAST AKM
1�A INSTALL 36' MAST ARM
5�A INSTAL�, 40' MAST ARM
J EA INSTALL 44' MAST ARM
$ NIA $ N/A
$ $
$ $
$ $
$ $
$ $
$ $
$ �
Proposal B ' �
L
0
i �
I,
��
. .
NE� SIGNALS �(Coatinued)
PAY APPROX. D�SCRIPTION OF ITEMS
ITEM QUANTITY
50. 3 EA INSTALL 48' MAST ARM
51. 0 EA INSTALL 52' MAST ARM
52. 0 EA INSTALL 56' MAST ARM
53. 0 EA INSTALL 60' MAST ARM
5�}. 0 EA IlVSTAI,L 'I'1'PE S SIGNAL POL�
SS. 6 EA INSTALL TYPE 41 SLGNAL POLE
56. I EA INSTALL TYPE 42 SIGNAL PQLE
57. 5 EA llVSTALL TYPE 43 SIGNAL POLE
58. 3 EA INS'I'.ALL `i'YYE 44 SIGNAL POLE
59. 0 EA TNSTAL�. TYPE 45 SIGNAL POL�
60. 0 EA INSTALL TYPE 46 �IGNAL POLE
61. 2 EA INS'TALL ID' PEDESTAL POLE
62. 0 EA INST'AL,L 35' WOOD POLE
63. 2 EA INSTALL BAS� FOR 10' P�DESTAL
PQI.E
64. i2 EA INSTAI.L 8' ST'REET LIGHT ARM AND
LiJNII1tiTAIRE
65. 4 L� INSTALL OPTICOM CABLE AND
DECTOR
6b. 300 LF TNSTAL�L COAX CABLE RG-11
UNDERGROUND
67. 0 LS FURIVISH AND INSTALL VIDEQ
CABLE
68. 0 EA FURNISH AND TNSTALL PEDESTAL
SERVIC�
69. 1 LS REMOVE AND SALVAG� EXISTING
EQUIPM�NT {STREET LIGHT POLE)
i0. 0 LS Fi.7RNISH AND INSTALL VIDEO
DETECTION
Proposal
UN�T TOTAL
PR.TCE AMOUNT BID
$ $
$ NIA $ NIA
$ _N/A $ _N/A
$ NIA $ �NIA
$ _N/A $ _N/A
$ $
$ $
$ $
$ $
$ NiA $ N/A
$ N/A $ N/A
$ $
$ N/A $ N/A
$ $
$ $
$ $
$ $
$ N/A $ NIA
$ _N/A $ _N/A
$ $
$ _N/A $ `N/A
r
l
71. 0 EA FURNISH AND 1NS'�ALL MICROWAVE
DETECTOR, CABLE AND MOUNTING
HARDWARE $ N/A $ NIA
72. 4 LS FURNISH AND INSTALL MISCEL.
CC?NCRETE SIDEWA�.K, CLTRB &
GU'TTER, ETC. $ $
TOTAL BID: NEW SIGNALS = $ '
,,
'
;I,
��
,�
� �
Proposal B - 6
� �
5 I
�
]D1��FT
PI��1��S.l�.L
]���
�PA.C�� #14
P1i�JEC'�' ��. 7CP'6�►��2002�00014
,�
i
�'�]L�E OF C��f"�'E�f'T�
Part A l�fotice to Bidders
Special �nstruct�ions to ��dders
ParE B Proposal
Vendor �omplrance to Sfate iC.aw
S�Iinority and �omen Business En�erprise Specifications
Part C General Conditions
� (�ee City of �'ort Worth �tandaxd �peczf cations For Street
And �torm Ilrain Construction, Part I. �eneral Provisians)
Par� I� Special Provisions
Part E �peci�ications
�Installation of Traf�c Signals
Silicone �oint �ealing for� Concrete �'avement
Pa�rt F Certi�icate o� Insurance and Bonds
�extx�cate of Insurance
Contractor Compliance �V�th �JVorker's Compensation Law
�Ea�per�ience Record
Equipment Schedule
�erformance Bond
Payment Bond
Part G �ontrac#
' ��
, e
l �
I
Il
rt
II
; �
PART A
�T�TYCE TO BIDDER�
A1�tD
�PE�IAL INSTRUCTI�1�fS T� BIDIiERS
Lt
������ �� �������
Sealed proposals for the following:
FOR: Basswood Blvd.1 Buttonwood Dr.; Hwy 1�31 Garza Av.; lVleacham Blvd. l N.
Sylvania Av. and Spoanwoad Ln, l Western Center Sl�d.
PROJECT lilo. TPW�TE�2002�04014
The project consists of the complete installat�an flf �raffic signal5 with poles, mastarms, pole faundations,
condu.it and loop and ! or video.
Addressed �o Mr. Gary W. Jackson, City Martager of the City o#' Fort Worth, T��as wil� be received at the
Purchasing Office �nti11:3Q PM, Th�uursdav,lVIav 9, 200� and then �ublicly opened and z'ead aloud at 2:Oa PM
in the Council Ch�ambers. Plaz�s, Specifications and Conttact Dacuments for t�us project may be ob#ained at the
Department of Transportation and Public Works, Sacand Floor, Municipal Suilding, 1000 Tlu�oclanorton
Street, Fort Worth, Texas. One set of dacumet�ts will be provided to pzospecti�e bidc�ers for a deposit af
$20.00; such deposit will be refunded if the documents are returned in gaod conditian within (lU) days after
bids are opened. Additional sets may be purchas�d an � nnnrefundable basis £or twenty dollars ($20.00) per
s�t. These documents contain additional infarmatian far prospeeti�re hidders. �
A non-xnaaadatory Fire-Bid Conference wi11 be �elci at 3:00 PM, Thursday. May 02. 20Q2 in Room G14 of the
Publie Safety Building,l�OU Throckmortan Stzeet, �'ort Worth, Texas. All bidders are enaouraged to attend.
Bid sec�rity is required in accardance with tk�e Special Tn.struction to Bidders.
'' The Ciiy reserves t�c right to reject any and/or ali bids and waive any andlor aIl irregulari�ies. No bid may be
_ withdrawn until the expiration nf forty nine (49) days from the date the M/WBE U`Z'ILIZATTON F4RM,
PRIME CONTRACTOR WAIVER FORM ancUor the GOOD FAiI'H F.�FQRT FURM ("Docutnentation") as
appzopriate is recei�ved by the City. The award of contract, if made, wiIl be within farty-nine {49) days after
� tl'iis doCuzxlentation is xeCeived, but in no case will the award be made uxztil the responsibility af the bidder to
� whona it is proposed io a�vazd the contract has been verified.
Biddexs ax�e responsible for obtaiaaing a�l Addenda to the contract docunnents and acknvwledging recei�t oi the
Addex�da by initialing the appropriate spaces on tl�� PROPaSAL forrn. Bids t�iat do not acknowledge receipt af
all Addexi.da may l�e rejected as being noaaresponsive. Unformation regarding th� status of Add�nda rnay he
obtaixied by contacting the Transportation a.r�d Pu�lic Warlcs Departrnent at (817) 871-7$00.
In accord witk� City of Fort Worth Ordinance No. 11923, as arnended l�y Ordinatnce 13471, t�e City of �'ort
Worth has goaIs for the participation of minority business �nterprises and worrien business �nterpriaes in City
contract. A copy of the Ordinance can be obtained frvm th� Of�ce nf the City Secretary. The bidder sha11
submit the MBE/WBE L7TILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the G40D
FAI'TH EFFORT FORM ("Documenta�ion") as appropriate. The docurnentation rnust be received no later than
5:00 PM, five (5) City business days after the bid opening date. The hidder shall obtain a receipt from the
apprapriate employee of the managing depat�iment to wh❑m delivety was rnade. �uch receipt shall be evidence
that the docuxnentation was received by the City. F�zlure ta comply shall ren�ier the bid nonresponsive. �or
additional infbrmatinn, cantact Mr. Mark Mathis, P.E. at 817-871-8775.
Advertising Dates: Apri118, 20fl2 May 02, 2002
SIP�C�AL �1�1STRUCTI�I�TS TO BIDI�ERS
�.. BID SECURITY: Cashier's check oz aza acceptable bidder's bond payable to the City af Fort Wo�thx in an
amvux�t of n�at less Fhan five (5%) percent of the total of the bid submi�ted rnus# accompany the bid, an.d is
subject to forfeit in the event the successful bidd�r fails to execute the contxact docuznents y+ithiz�. tem (10) days
a£icz' t3�e contract has been awarded.
To be an acceptable surety on the band, (1} the name of the s�lrety sk►aIl be included on ihe current U.S.
Treasury, oz (2) the surety must have capital and s�rplus equaI to ten. tiu�es tl�e �zxni# af the bond. The suzety
must he licensed to do business in the State af Texas. The arr�ount of the bond shall not exceed the amount
shown on th.e treasury list or one-ten#h ( I/10) the total capitaI and surplus.
2. PAYlV�NT, PERFDRMANCE, AND MAINTENANCE BONDS: The success#aI bidder entering intn a
�� eontract for the work wil1. be xequiured to give the City surety �in a sum e�uai tv the amownt of the cantxact
awarded. In this connection, the successful bidder shaIl be required to fuYnish Performance, Payment and
. Maintcnance Bonds, all in a sum equ�al ta the arrzount of the contract awarded. The form of tl�e bond shaS1 be as
herein pravided azzd tk�.e surety shall be acceptable to tha City. AIl. bonds fuzx�ished hezeunder shall meet the
requiremen#s af Article 51 d4 of ttce Revised Civii �tatutes of Texas, as au�endad.
In order for a surety ta be acaeptable to tki:e Gity, (1) the nazir�e of tk�e surety shall be in.cludefl an the cuz°�re�t U.S.
Treasury List of Acceptable Sureties (Circular 870), or (2) the surety must ha�e capital and surplus equal to ten
times tb.e axnount of the band. The suraty must be licensed to do business in the Sta�e of Texas. 'T'he aYnnunt pf
the.bond shalI not exceed the amount shown on the Treas�ry list oz one-tentl�z (1110) of tha totaI capital and
sw�plus. if reinsuxance is required, the company vvriting the reinsurance must be authorized, a�credited or
trusteed to do business in Te�cas.
No sureties will be acccpted by tlae City whieh are at the tin�e in default or delinquent on� any bonds ar which ate
interested in� a�y litigation against the City. Should any surety on the contract be dete�mined unsatisfactory at
any tirn.e by the City, nv#ice wilJ, be given ta the Contxactoz tp that effect and the ContracYar shail immed�iatcly
provide a new surety satisfactQry to the City.
A Payment Bond sha11 be executed, in the amount of the contract, solely for the pzotect�on of all claimants
supplying labor and materials in the prosecution of the work.
A Performance Bond shall aIso be execnted, in the amount of ttie cantract conditioned an the faithful
pe�rfo�tznance o£ the work in accorda�nce with the pIans, specitications, and contract docurnents. Said hond shall
solely be for the protection of the City of Fort Worth.
3. I.IDUIDATED DAMAG�S: T�Ze Contractoz-'s attention is called io Paz-t 1, Item 8, paragraph 8.5, of the
"General Provisions" of the Star�dard Snecifcations for Street rtnci Stor�n Drai� Construction of the City of
�ort Warth, Texas, concerning liquidated damages for late completion af projects. . .
A�. AMBIGUITY: In case of alx�.bigu�lty or 11c�C of Cle&mass in stating prices in the proposal, the City xeserves the
right to adopt the most advantageous conshuction thereof to the City or to reject the �roposal.
5. EMPLO'YMENT. All bidders will be required to comply with City Ordinance No. 7278 as azn.ended by City
O�-dinance No. 740Q (Fort Warth City Code Section 13-A-21 through 13-a-29) prolubxting discrimination in
ernployrnent practices.
6. WAGE RATES: All bidders will ba required to cornply with pxovision 5159a of "Vernons Annotated Civil
Statutes" of the State of Texas with respect to the payrr►ent of prevailing wage rates as established by the City oi
Fort Wortka, Tex,as axi.d set forth in C�ntract Documents for t�ais project.
Special Instructions ta Bidders Page 1 of 7
7. FYNANCIAL STATEMENT: A cunrenf certified financial statement is required by the Transportation and
Puhlic Wozlcs Department for use by the CITY OF FORT WORTH in� deternvnirig fhe successful bidder. T1us
statement is to be pxepazed by an independe�nt Public Accountant holding a valid permit issued hy an appxopriate
State Licensing Agency.
S, INSURANCE: Within ten (10) days of receipt vf notice of award of contract, the Con#ractar must provide,
along wittt executed contxact dacuments and appropriate bonds, proo£ of insux�ance fvz Workez�'s Cozn�ensa�ian
and Cam,pre�ensive General Liability {Bodily Injury-$254,000 each person, $500,000 "each occurrence;
Property Damage -$300,000 each occurrence). 'T�e City reserves the zight to request any other iusurance
coverages as rnay be required hy each indivi.dual project.
9. NQNRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil 5tatuies, the City of �ort Vl�orth
will not award this cos��ract to a nonresident bidder unless the nozu'esident's bid is lower than the lowest bid
submitted by a responsi.ble Te�as resident bidder by the sarne amount that�a Texas resident biddax wo�ld be
required to underbid a nonresidezzt bzdder to abtain a comparable cont�act in the state in which the nonxesident's _
pzincipal place of business is located.
"Nonresident bidder" means a biddex whose principal place oibusiness is not in this state, but excludes a
con�racior whose ultimate parent company ax znajnrity ows�er has its principal place of b�siness in this state.
"Texas xesident bidder" means a biddez whose principal place af business is in this state, and includes a
conhactor whose ultimate parent company or majority owner has its principai place of business in this state.
Tl�is pxavision does not apply if this contract in�+olves federal funds.
'I'he apprppriate blanks of tl�te Proposal rr�ust be �lled out by a11 nan xesident bidde�s in order for its hid to meet
specifications. Tb.� failure of a notiresident contractor to do sQ wi11 automatzcaIly disquaIi�y tltai bidder.
10. MINORITY AND WOMEN BU$IIVESS ENTERPRISES: In accord wzth Ci.ry of �ort Waz� Ordinance I�Ta
11923, as amended by Ordinance 13473., the City af Faxt Worth has goals for the participation of minority
business entezprises and women business enterprises in Ciiy contracts. A capy of ihe 4rdinance can be obtainad
fram the oifice nf the City Secretary. The bidder sk�all submit the MBE/WBE UTILI�ATION F�RM, FRIME
GONTRACTOR WAIVER �ORM andlar the GOOD FAITH EF�'ORT �DRM ("Documenta�ion"} as
apprapriate. T�e Docuxnen�tatiaz� znust be �eceived nn la#er tlzan 5:00 p.m., five (5) City business days after the
bid apening date. The bidder sha11 abtain a receipt from thc apprppriate employee of the managing department
to whom delivery was x�:�ade, Such receipt shall be evidence that the Docu�aentativn was receivad by ikae City.
Failure tp comply shall render t�e bid nvn-responsive.
Upon request, Contractoz agrees to provide to Qwner comple�e and accuxate iz�£om�ation xegarding actual work
perforrned by Minority Business Enterprise {WBE) on the contract and payment therefore. Cantsactor f�rther
agrees to pexmit an aac�it az�d/or exam,nation of any books, zecords Qr fr�es i�tx its passession that will substantiate
the actual work performed by an MBE andlor W�E. The misrepresentation of fac#s (other than a negligenk
misrepresentation) andlor the commissian of fraud by the Contractor will be grounds far ternvnation of the
cont�act and/or initiation actiaz� under appropriaie federal, state or lacal laws or ordinances ze].ating to false
statement; further, any such misrepresentation (othex than. � negligent misrepresentation) andlor cornmission of
fraud w�ll result in #b.e Con�actnr being determiued to be inesponsible and barred frazn paaz'ticipatiort i.z� City
wprk �or a period of fiime of not less tlnan three (3} years.
Special Insiructians to Biddexs Page 2 af 7
11. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City resezves the
righi to reject any and/or a11 bids and waiv� any and/or all irregu3arities. No bid may be withcbrawn until the
expiration of farty-nine (49) days from the date tlxe MIWBE UTILIZATZON �ORM, PRIME CONT'RACTOR
WAIVER �'ORM ancilor the GOOD FATTH �FF'ORT FORM ("Docu�nen#ation") as apg:ropriste is received by
the Caty. The award of contx'act, if made, will be wit�in forty-nine {49} days af�er ihis docuirrtentation is
recci�ed, but in no case will the awaxd be made until the respons�bility of the biddez' to whom it is proposed to
award the cont�ract has been �erified. -
12. PAYMENT: '�'he Gpntractor wi11 reeeive full paynnent (minus 5% zetainage) frorn the City for all worlc fox each
pay period. Payment of the re�naining amount shall be macte with the fizial payim�nt, and upon acceptance of the
pzoject.
13. ADDENDA: Bidders are responsible £or obtaining all addenda to the contraet docuznents przor ta the bid recEipt
time and aclrniowladging fhem at the time of bid receipt. Informatian ragarding the stalus of addenda may be
obtained by cantaating tl�e Tzans�ortationlPublic Works Department at (817) $71-7800. Bids tlzat so nat
aclrnowledge all applicable addenda may be rejected as nan-resuonsive.
14. CONTRACTOR COMPLIANCE 'WXTH WORKER'S COMPENSATION LAW:
A. Workez�s Compensation Tnsurance Coverage
�
1. Deiinitions:
Cei�tain of coverase f"certificaie"). A capy of a certifieate af i.nsurance, a eertifieate of authority to self-
insure issued by the comnaission, oz a cov�raga agreement (TWCG81, TWCC-82, TWCC-$3, or
TWCC-84}, showing statutory worker's compensation in.surance caverage for the person's or entity's
; exnplayees providing services on a praject, for the durat�on of the project.
I
D�ratinn oi the uroiect-includes tb.e time from the beginning of the woxlc on the projecf t�ntil the
. Cont�aetox's/psrsan's work on the project has been cox�pleted and accepted by,the governmental entity.
� Personus droviding services on ihe nroiect ("subcontractor" in �44b.09�-includes all persons or e�t�ti.es
pezforming all or part of the sezvices the Coniractor has undertaken Co perform vn the project,
i regardless of whether that person contracted directly with the Cont�actor and regardless of whether ti�at
� person has employees. Tiais iur�cludea, without limitation, independent Contractors, subcontractors,
leasin� aozz�anies, rnotor caaiers, owner-opezators, ezr�ployees af any such entity, or empIoyees of any
r entity wluch iurnishes persons to provide services on tb.e project. "Se�rvices" include, witi�out
Ilimitation, providing, hauling, or deliveriz�g equiprnent or rr�aterials, or providiuxg Iabor, fzansportatian,
� or toner s�ivices related to a praject. "Services" does not include activines unrelated to the projeet,
such as fbod/beverage vendars, off'ice sup�ly deliveries, and delivery oipvrtable toileta_
2. The Contractor shall �rovided caverage, based on proper report�i:ng of classifica�ion codes and payrQll
amounts and filing of any coverage agreements, which tneets the statutory requirenrzenis o£ Texas Labax
Code, �ection 401.U11 {44) or a1� employees of the Confractor pro�iding serv'sces on the project, foz
the duration of the project.
3. The Contractor must p�ovide a certificate of coverage to tb.e go'vernmenta� entity prior to being
awarded the contract.
4. Ti the coverage period shown on the Contractor's current certifiea#e of coverage ends during the
duration af �e project, the Contractar xz�ust, prior to the end of the coverage period, file a new
certif'icate of coverage with the govemme�tal entity showing that coverage has been extended.
5. The Contractor shall obtain from eae�a person prv�+iding services on a project, and p�o�ide to the
goveinmental entity:
Special Ins�truc�ions to Bidders Fage 3 of 7
{1) a certificate of coverage, prior to that person beginning work on the pt'aject, so the
governmental entity will have oz� �'i�e cert�i�cates of coverage showing coverage for a11 persons
providing services an the project; and
(2) no later tl�.an seven days after receipt by the Contractor, a new certif'tcate of coverage shor;ving
exiension of covexage, i£ the coverage periad shawn on the current certificate of cov�raga
ends dur� the duration of the projeck.
6. The Cont�actor shaal retain a11 required ceztificates of coverage for tl�e duration of the prvject and for
one year thereafter
7. The Contractor shall notify the �o�ernmental en#ity in wxiting by cexti�ied cnail or persor,�al delivery,
within ten ( i 0} days aftex the Cnniractor knew or should ha�e ltnown, of any change tt�at mate�rially
a£fects the provision of coverage of any person �aroviding services on the project.
8. The Contractar shall post on each project site a notice, in the text, farm and maxxn.er prescribed by tk►e
Texas Warker's Cornpensation Comrnission, i.nforming all persnns providing services an tlxe project
that they are required ta be cavered, and stating how a person may verify caverage and report lack of
coverage.
9. The Confxactar s�all conftactually require each peison wiih whom it contzacts to pro�ide services on a
project, to:
(a) provide coverage, based an propex reporting on classification cades and payxoll amounts and £'il.ing
of any coverage agreements, which meets the statufory rec�uirements of Texas labor Code, Sectinn
441.011 {44) for alI a� its employees providing services on the project, foz the duration of the
proj ect; �
(b) provide to the Contractor, pzioz to that person beg'mning work on the project, a cezti�cate of
coverage showing that, coverage is being provided for all eznplayees of the person providing
services on the project, for the dtxrat�on of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certi�'icate o£ eovezage
shorx+ing extension of cavezage, i�f the caverage perind shown on the eurrent certificate of coverage
ends du�ring the dura�ion oi the projeet;
{d) obtain frorn eaeh other pez�son with whom it confzacts, and provide to the Contractor:
(1) a certificate of covexage, pzior to the othez person beginning work on the projack; and
(2) a new certiftcate of coverage showing extension of coverage, prior to the end of the
co�erage perioci, if tlxe cov�xage periad shown on fhe current certificate of coverage snds
during the duration of the project;
{e) retain all required certificates of coverage an file foz the du�ratiozz of the project and far one year
tl�ereafter.
(� notify tkie governmental entity in writing by certified mail or personal delivery, within ten (IO)
da}rs a#�er the person knew or should have known, of any change that materially aft'ects the
provision o£ cqverage of any person pra�idi�g sen+ices on the project; and
(g) contractua�ly reqnire each person wifh whom it contracts, to perform as required by paragraphs (I)
-(7), with the certiiicates of coverage to be pzovided ta tkie person fax whom they are pro^viding
services. �
Special Instr�ctions to Bidders Page 4 af 7
10. By sigzung t�is contract nr praviding ar causing to be provided a certif cate of coverage, the Contractor
is representing to the governanental entity that al� employees of the Contractor wl�o will pxovide
services on the pro3ect will he covered by worker's compensation coverage for the duration of the
project, that the covezage will he based on proper reporting of classification codes and payroll arr�ounts,
and"that aSF coverage agreernents will be filed with the appropriate insuxance carrier or, in the case af a
seif insured, with the corz�mission's Diviszon of Se�£ Insut�ance Regulatian. Pror+�ding falae pr
misleading information may subject the Contractor to administ�aiive, crirriinal, civil pex�alties or other
ci�il actions.
11. The Cantiractor's fail�.u�e to comply with any pf these provisions xs a breach oi cor�tract by the
Con�actor does not remedy the breach within te� days after receipt of natice of breaek� fram the
governmental entity.
B. The Contractor shall post a notice on each project site infi'oz�ning all persons providing services on the
project that they are requi�ted ta be covered, and stating how a peison may verify current co�erage and
repart failuze to provide coverage. Thus notice does nat satisfy other pnsting requirements imposed by the
Texas Worlcer's Compensation Act or other Texas Worker's Campensation Commissivn. rules. 'This notice
m.ust be printed with a title in at lcast 34 point bold type and text in a� least I9 point norrr�al type, and sha11
be in botk� Engliskx and Spanish and any other lan.guag� eaznmon to the worker popularion. The text fax the
notices shall he .the following text, without any ac�ditional words ar ohanges:
"REQUIRED WORKER'S COMPENSA'!'�ON COVERAG�"
The Law zequires that each pexson wnrking on this site or providing services related to this conshuctian
project rnuet be covered by worker" compensation insurance. This inclndes persons provzdin�, hauling or
delivering equip�n.�nt or materials, or providing labor or transportation or other service rela#ed ta the
project, regardless of the identity of fiheir employer oz status as an employee".
Cal1 the Texas Worker's Compensation Commission at 512-440-3789 to receive infozmation on the lcgal
xequiarennent fnr coverage, to verify whether yaur emplayex has provided the required coverage, or to repaxt
an employer's failure ta pravide co�erage".
15. NON DISCRID�NATION: The Coniractar shall not discriminate against any person or persons because of
s�x, race, religion, color, or national origin and shall comply wi�th the provisions of City Ordinance 7278, as
annezaded by Gi.ty Oxdina�ce 740� (k`ort Worth City Code Sections 13A-21 through 13A-29j, prnhibiting
discrinunation in ern�ioyment practices.
Special Instructions tv Bidders Page 5 of 7
�t
I ��
16. AGE DISCRII�IINATION: In accordancc vvitlx the policy {"Policy") of the Executive Branch of the federal
govexnxn.ent, Contractoz covenants that neither it nor any o£ its of�"xcers, members, agents, or employees, will
engage in perfolming ti�is contzact, shalI, in corcnection with the emgloyment, advancement ox dzsck�axge af
ernploy�es or in co�rnection with the terms, cond'atians ox privifeges af their ezn,plo�+ment, disc�iminate againat
person because of their age except on the basis of a 6ona fide occnpational qualification, rekirezz�ent plan or
statutary requirement.
Contractor fiurther covenants ihat neither it nor its officers, members, agents, or ernployees, or persan acting on
their be�alf, s�all specify, in salicitations or advertisements for employees to wark ort this Co�t�act, a rnaxim�nn
age lirnit for such employment t�xaless the specified rnaximum age limit is based upon a bana �de occupatianal
quali�eat�on, retzrement plan or statutory requiurex�c�en.t.
Cantractar warrants it wi11 fuIly cQmp�y with the Policy and vvill defend, indem�sify and hold City har�ess
agai.nst any and all cI� or aIlegatio�s asserted by third parties against City �rising out o#' Contractar's alieged
� failure to compl� with t�e above referenced Policy conceining age discxamination in the pezforman.ce of this
Contxact.
, 17. DISCRIMINATION DUE T4 DX$�BILITY: In accordaxice with the provision.s o�' the Amexicams witii
Disab:�ities Act of 1990 ("ADA"), Contractax wanran.ts ihat it wiil not unlawfu�ly discriminate an the basis of
c�is�bility iun the pzovision af services to �he general puhlic, nor in the availabi�ity, t.�rnas aztdlax conditions of
emplayment for applicants for em.plo}+ment with, or nui�rent employees of Contractor, Contractor waxrants it
will fuIly cox�ly vvith ADA's pravisions and any other applzcable federal state and local laws concerning
disability and will de%nd iu�.demnzfy and hold City haanless against any claims or allegations assert�d by tbaurci
parties � against City arising out nf Contractox�'s alleged £ailure to cornply with the above-referenced laws
' cancerning disability discriun�taation in tlie performanee of this Contract.
i�evised Apri15, 1999
��
l�
Special Ix�structiozss to Bidders Page 6 of 7
CI'�Y OF �ORT WORTH
HIGHWAY CUNSTRUCTION
P�tEVA�LING WAGE RATES FOR �U00
CLASSIFICATYON
AIIt TpOL OPERATOR
ASPIiALT RAKER
A5PF3ALT SCiOVEL.Ei�
, 9ATCHING FLANT WEICsHSR
CARPENTER .
CpiVCR$TE Fl7+II5HER (PAVIN�r)
CONCRETE PINISHER HELPER
, , (PAVIN(3)
CONCI�ETE FINISH�R (5T1tCJC'i`ClRES)
CONC1tETEl�UBBBR
4'
I
�
�
�
ELECTRICUIT)
FLAGGER
FORM BUILDER (STRUCTURES).
F'O�t LINER (PAVING & CURB)
FORM SETTER (PAVFNC� & CURB)
FORM 5E'I1'8R (STRUCTUEtES)
LABDRER, CON(MOTI
LABOItER, U'I`(%.ITY
MECHANIC
OiC,HR
SERVtCER
PAIMTER (STItUCTURES)
PIPELAYER
PiPELAYER HELPER
BLASTER
ASYHALT DISTI�IBUTOR OPERATOR
ASPHAI.T PAViNG MACHB+IE
BItOOM OR SWE�PER OPEItATOR
BUi.LDOZER
CQNCRE'�E CURING MACHIl�[E
CpNCRETE FiNISHING IVlACHINE
CONCRE7'� PAVTNG JOiN7` MACH6�iE
CONCRETE PAV W a.TO1NT SEAI.ER
CONCRETE PAVING SAW
CO'1�EC1tETE PAVING SFR�ADER
SLIPFOItM MACI-IINE OPERATOR
CRANE, CLAMSH&l.L, BACKHOE,
DERRIGK, DRAGLIIYE, SHOY�L (<! h
cy)
CRANE, CLAMSHEL.I,, BACKH�E,
DERRICK, DRAGL.�iVE, SHpVEL (>1 '/a
cy)
FqUi�EDATIQN DRILL OPERATOR
�c�nwr,�tt �aunrr�n�
FOUNDATlON bRTLL OPEI�ATOR
(TRUCK MOUNTED)
Special Inshuctions to Bzdde�s
RATE
$9.00
$14,32
$9.75
$9.65
�13,6�
$i0.16
$9.70
$13.44
$8.8a
$1537
$7.00
$i3.4a
$i0.23
59.24
$9.73
�7.G4
$8.64
$13.25
$10.17
$10.i3
�t i.00
$735
$6.75
$11.50
$l I.AS
$11.09
$8.72
� 1 D.74
$9,25
$11.13
$10.42
$9.U0
$10.53
�ia.so
$9.92
$ 3 0.00
$11.52
$10.00
$11.83
CLASS�CA�'ION
FRONT �iV1� IAAI7ER (2 %: cy &
LE55) .
FRONT END LOADER {> 2% cy}
MILL�IG AMCHTNE OPERATOR
N
NEIX�R (OVER l6 C�)
MQTOR GRAD�R OPERATOR (FINE
GRADE)
MqTOR GRADE OPERATOR
PAVEMENT MAI2KING MAC�i1NE
ROLLEIt, ST��L WA6EL
(PLA3�i'P-MIJC PAVEMENTS)
ROLLER, STEEL WI3EEL (OTHER
(Fi,ATWHEEL 4R TAMPiNG)
RO�I.ER, PAIEUfvIATIC SEI.�-
PROPELLEp SCRAPER
SCRAPER
TRACTOR-CRAWLER TYPE
i'R.ACTOR-PNEUMAT'IC
TRAV�LING MT)CER
WAGON-DR1L.L, k301illVE'i MACEiI]VE
R�INFORCB�IG STELL SETTER
(PAVI3VG)
REINFORCING STEEI. S�T7'�It
(STKUCTURAL)
STEEL WOILKER-5TRUCTURAL
SPREADHR BQX OPERATOR
WORK ZQN� �AE�C}.A.�E
TRUCK �RIVER-SINiGLE AXLE
(LIGHT)
TI2LICK DRNER-SINGLE AXLE
' (H�AVY)
TRUCK DRIVER-TANDSN( AXT.F
(SEMI-TRAILER)
TRUCK DRNER-LQWBQY/FLQAT
TI�iJCK DTiIvBR TRAi�81T MIX
TRUCK I3RLVER-WMCH
VIBRA.TOit OPERA"I'6R (HAND
TYPE)
WELDEii
RATE
$9.94
$9.32
$8.U0
$11,00
$12.3I
$13.75
$11.00
$9.88
��x.iz
$8.02
�9.63
$1D.58
59.15
$1�,04
�i z.ao
$9.75
$13.31
$14.8D
$ia.00
$7,32
$8.qQ
�9.02
$10.22
$10.54
$10.fi3
59.80
$7.32
$I 1.57
Page 7 af 7
P�OPOSA�.,
TO: Mr. G�rr}r W. Jackson
City Manager
Fort Worth, Texas
,. FOR: I�EW S�G1vAL I1�ISTALLATI�lYS AT THE II�TERSECTI�I�1S OF:
Basswood Bivd. l Buttonwaad Dr.; I�w� 1$31 Garza Av.; Meacham Blvd. l I�i.
5yIvania Av, a�ud Spoanwood Ln. l Western Center
PRUJECT �io. TPW�TE�2002�00014
Pursuant to the foregoing "Notice to Bidders", the undexsz�n,ed laas tharoughly examined the
pXans, specificatians and the site, understands tlie arnount .of work to €�e done, and hereby
proposes to do all �he work and fiirnish all la6orr, equ7ipment, and materials necessfi.ry to cQmp��te
a.tl the work as provided in the �latis and specifications, and sub�ect ta tlae znspeciian and
approval o� the Direcior o�' the Departmen.t of Transportation and Public Works oi the City of
Fort Worth.
Upon acceptance n#' this propasal by #he City Cau�cil, the bidder is bound to execute a contract
and fiunish Performance and Payment Bond approved by the City' of Fort Worth for peYforming
and completing said work within the time stated and for the following sums, to-wit:
,�
Proposa� B - 1
� �
NEW SIGNAL iN3TALLATiION5 SC: Basswood Blv'd. l Butfonwoad Ar.; Hwy 1.831 Garza Av.;
i�Ieacham Blvd. / I�T. Sylvania Av. and Spoonwood L�t. / Wester�n Ce�ateX
PAY A.PPROX. DESCRIPTION OF ITEMS UNIT TOTAL
ITEM QUANTITY PRICE AMOUNT
1. �4 LS MC}BILIZATION $�� � $ r��. a"D
2. 32 EA �C�NSIH AND INSTAL�. SIGNAL
HEAD 22" RYG ("�YPE A} $��• D!� $�O. DL7
3. 2 EA FURNISH AND INSTALL SIGNAL �DO
HEAD 12" R�Y G(TYPE B) $. s�J'D. C�O �
4. 2 EA k'iJRNXSH AND INSTALL SIGNA� �/�
I I-�EAD 12" RR FY G(TYPE C} $�`fi'C/- (?O $�r�-�D, O O
5. 2 EA FLTRIVISH ANDINSTALL SIGNAL ��,r�,�
HEAD 12" RYGE--YG- VERTiCAL $�Qe�.�D $�'`f'�CJ. fX�
(TYFE F)
6. 6 EA FURNISH AND 1NSTALL SIGNAL
HBAD 12" RYG�YG -- HOUSEHEAD $�TQ� • DCJ $�,D. ��
('I`Y�'E E)
7. 44 �A FURNISH AND TNSTALL RED �..g.D.
IN�ERTS $ CID. ��
{
8. 27 EA �riRNISH AND INSTALL
INTERNATXONALPEDESTRIAI�I $�Q. �(`�
� SIGNAL (TYPE P)
9. 27 EA FURNISH AN� INSTALL �.�D
� INTERNATI�NAL PEDESTRiAN LENS $ a��, DD
INSERTS
10. 27 EA FU1tNISH A.ND INSTALL PEDEST`RIAN r�
�U�HBUT'�'ON AND SIGN ASSEMBLY $ `� 0�
11. 3,860 L� LOOP DETEC'TOR SAVii CUT AND f'.
INSTALLATION $ � DQ
12. 5 EA FURNI�SH A�IU INSTALL LARG�
GROUND BOX WITH LID AND $�D�. �d
CONCRETE APRON
� � c��. od
� ID, �OD. DD
� ���1 D. Ot�
, , �_ • �
$ �� �f7
$ `3� Dc�
13. 42 EA FURNISH AND INSTALL 5MALL
GROUND BOX WITH L1D AND $ 5a�� �$ c'�. DL7
C4NCRETE APRON
14. 459 Lk' FURNISH AND INSTALL 3" �-
SCI�EDULE 4p PVC CONDiTIT $ `7 � ��
(BY OPEN CUT}
15. 3,640 LF FLJRNISH AND INSTALT� 1-114" ,,���
�CH�D�(JLE 40 PVC CONDUIT $ "� : D�
{BY 4�EN CUT) .
�'rnpasa�
DURABl�� SP�CIA�,�'I�S
, R �, �g
[�UNGANVlL��, TX 7�1��
. � j�
$1�1�D. o0
�
NEW SYGNALS {Co�ntanued)
�'AY APPROX. DESCRIPTION OF iTEMS
ITEM QUAN'TITY
16. 175 LF FURNXSH AND lNSTALL 3-114" RIGID
METAL CONDUIT
17. 1 y403 LF �'URNI$H AND INSTALL 3"
SCHED�'LE 40 PVC CONDUYT
�Bo�D�
i�
� ��. Dn
TOTAL
AMOUNT BID
s, 5�5.U�
$ /��D. ���'
1$. 17Q LF FLTRNISH AND INSTALL 1-1/4"
SCHEDULE 40 PVC CONDUIT $ I�. DD $ .b�
(BORED) �
19. 2,784 LF FURNISH AND INSTALL 20
CQNDUCTOR #14 ELECTRICAL WIRE $�• Oa $��. 8 D
2Q. 0 LF FLTRNISH AND INSTAL� 8
CONDUCTOR #14 ELECTRICAL WIRE S � $ �
21_
l
22.
�
23.
�
24.
, 25.
� 26.
27:
28.
29.
0 I.F FURNISH AiVI7 INSTALL 4
COND�TCTdR #14 ELECY'RICAL WIRE $ N/A
�3,373 L� FURNISH AND INSTALL 4
CONDUCTOR SHIELDED
ELECTRICAL WIRE $ �
0 LF FURNISH AND INSTALT. O'VERHEAD
#6 TRiPLLX � �
0 LF FURNISH AND INSTALL #6 XHHW
�T� ARD (BI,ACK) {ELECTRICAI� � ���
0 LF FCTRNISIY AND 1NSTALL #b XHHW
S�T� ARD (BLACK} (ELECTRICAL $ n� �
) ' '+
{
3,035 LF FCl'ItNTSH AND INSTALL #8 J�IVfi
STANDARD (BLACK) (Ei,ECTRICAL $ �
wu�}
3,035 LF FURNiSH AND Il�TSTALT. #$ XHI3W $�
STANDARD (WHITE) (ELECTRiCAL
WIRE)
5,570 LF F[JRNiSH AND TNSTALL #8 SOLID
BARE GrROUNUING (ELECTIUCA�.. $� . �Q
WIRE)
0 LF FURNISH AND iN'STALI, #10
NEUTRAL SOLID (�LECTRiCAL WIRE} $
DURA��E SP�CI�LiI��
�:—�4Y, �� 1:�1
Progosal C)tJNCANVI�l��, `�°� �'���$
$ N/A
'� i / � � �
'• ► :
c, � 1
$ ��
$ l, ,�17 5't�
� ��. �_
$c� '% ��DD
$ �—
B-3
� ,
� �� i
I . 1
NEW SIGNALS (Continued)
PAY APPROX. D�SCRIPTION OF ITEMS
ITEM QUANTITY
30. 2 EA FURNISH AND INSTAI.L COl'dCRETE
FO[JNDATION TY�'E I
31. 0 EA FURrIISH AND IN3TALL CONCRETE
�`OUNAATTQN `I'YPE 2
32. ,7 EA FURNXSH AND INSTAY.L CONCRETE
FOUNDATION TYPE 3
33. 9 EA �URNISH AND INSTAL.L CONCRETE
FDUNDATION T�'PE 4
34 0 �URNISH AND IN5TALL CONCRETE
FOUNDATION TYPE S
35, a EA FURNTSH AND INSTALL CABAVET
CONCRETE FOUNDATIC3N
36. 4 EA FURNISH AND Il�TSTALL �i,EC'I'RICAL
SERVICE .
37. 20 EA FLIRNISH AND INSTALL SIDEWA�K
�s
38. S LS REMOV,AL AND REPLACE CURBS,
ISLA.NDS, MEDIANS ANDIOR RAMP�
39. 4 LS INSTALL.ATIQN O�' '�'RAFFTC SIGNAL
MISCELLANEOUS
40. 4 EA INSTALL TXPE � 7�E
CQNTROLLER/332 CABINLT
41. 4�A IN�TALL TYPE 170E
CdN'I'RQLLERI336 CABINET
42. 0 EA INSTALL 16' MAST ,ARM
43. 2 EA INBTA�L 20' MAST ARM
44. 1 EA WSTALL 24' MAST ARM
�#S. F�A TNSTALL 28' MAST ARM
46. 2�A INSTALL 32' MAST ARM
47, 1 EA INSTALL 36' MAST A.RM
4$. 5 EA INSTALL 40' MA.ST ARM
49. 1 EA iNSTAI�L 44' MAST ARM
�VIT TQTAL
PRICE AMOLTNT BID
$�QD•�o $1.�(�i�.L�z]
$ N/A $ �i1.A,
$�DL�.D2�� �1��aD.On
� 1. �7D�. oo � ��p, o 0
$ �V�YI $ h(f�- _
_' T �_���`.
� �� D� $ ��`a2 f��. �(..7
go�,Q�,00$ ��f?L7�.0�
�..��� $ l3� DDD• D�
� I,OG� Qr� � �O�D.�t�
$ ��•DQ ����Dr�.�O
� l,DOD.DD � ��.c�0
$ N/A $ N/A
$ N/A $ NIA
$ �DD. DO � . f�D�D. Dl7
$ .�OD. od � .�� c� D
$ .DD ��� �D
S��D. �YJ � �,��D. l�V
��'�D.aD ��.D�
$ �OD. Do �c��Q(2.��?O
�,�'t7�. 0� �,5�f��.C1D
�ua��i F s��r.iar�i��
Froposal P�, g�x �$�.75�
DUNCRNVI���, iX i�13�
�
�
�
NEW SIGNALS (Cnntinued)
PAY APPROX. DE5CRIPTION OF ITEMS
ITEM QUANTITX
50. 3 EA TNSTALL 48' MAST .ARM
S1. 0�A INSTALL S2' MA.ST ARM
52. 0 EA INSTALL 56' MAST ARM
53. 0 EA INSTA.X,L �4' MAST ARM
54. D EA iNSTALL TYPE 8 SIGNAL POLE
S5. 6 EA INSTALL TYPE 41 SIGNAL POLE
56. 1 EA INSTALL TYPE 42 SIGNAL POLE
57. b EA INSTALL TYPE 43 SYGNAL �OLE
58. 3 EA iNSTALL TYPE 44 SIGN.AL POL�
59, 0 EA II�ISTAT,L TYPE 45 SIGN'AI, POLE
50. 0 EA INSTALL TYP� 46 �IGNAL POLE
61. 2 EA � INSTA�.X.10' �EDESTAL POLE
62. 0 EA INSTAL�, 35' WOOD POLE
63. 2 EA TNSTALL BASE FOR 10' PEDESTAL
POLE
64. 12 �A INSTALL 8' STREET LIQHx ARM AND
LUM�I�TAIRE
65. 4 LS INSTALL OPTICOM C.ABLE AND
DECT�I�
66. 300 LF INSTALL COAX CASLE RG-11
UNDERGROiJNll
67. 0 LS FLIRNISH AND INSTALL VIDEO
CABLE
68. 0 EA FURNLSH AND INSTALL PEDESTAL
SERVICE
69. 1 LS REMOVE AND SALVAGE EXIST'ING
EQUIPMEN�' (STREET L�GHT POLE)
70. 0 LS FURNISH AND INSTALL VIDEO
1lETECTION
ITNIT TOTAL
PRIC1� AMOi]NT BID
� �D�. c�n s I1.�D• �c�
$ N/A $ NIA
$ NIA $ N/A
$ N/A $ _N/A
$ N/A $ _N/A
$ .�• DD � 3D�. o0
� .�G? • �D � �O
� ��• �]Q � ��D�.Ot�
� 5��. o� � 1 C�
$ N/A $ N/A
$ N/A $ N/A
��D.� $ SDD:�O
$ N/A $ NIA
� �O.OD � .��. �c�
� ���. DD s .(��. Do
� � . DO $ I.��• D�
� 1. DD � 13�D. �r�
$�-�-- $�
$ �} � �1 $ ,_..��
� ��. oa � ,��a. oc�
$ N ��- ��
DUR��� � ���f���b�'I�S
Fropo�al P. C). � Q)( �� � I g$
, i�IJi�+�a1�V����, ��' ����s
B-5
71. 0 EA FURNISH AND IN�T.A.LL MIGROWAVE
DETEG"TOR, CABLE ANU MOUNTING
HAIZDWARE $ NIA $ N/A
7Z. 4�,S FURNZSH AND INSTALL MFSCEL.
CONCRETE SIDEWALK, CURB 8c
�U���, �T�. � �a :��� � 9a0. �o
�
TOTAL BID: NEW STGNALS = $ � � �� L`i �� . �� • � `�
. . . � . '
�l
I
;�
�
�
Du�a��.� �f���ijf��.f1�s
�o, �ox ��z ���
DUNCANVlL�.E, TX 751�8
Pra�asal
B-C
CON1�tACTOR VV�LL BE SELECTED �N BASIS OF TOTAI. SID
T'his contract is issued by an organization which qualif�es for exemptian pursuant to the pravision of Articte
20.04 {�) of the Texas Lirnited Sales, Excise and Use Tax Act,
axes. All equipment and materials not consurned by or incorporated into the project construetion, are
subject to State sales taxes undez House Bill 11, enacted August 15, 199I.
The successful �idder shall be required to complete the attached Statement of Materiala and Other Charges
at the tzm,e of execnting th� contract.
The Contractor shall coxnply with City O;rd�nance 7278, as a�n�nded by City Ordinance 740D (Fort Wort�r�
City Code Sections 13-A-21 tltrough 13-A 29}, prolubiting dnscrimination irn eznpl.oyment praclacas.
The undersxgned agrees to complefe all wark co�exed by these cazttract documents r�ithin One Hundred
and Ten fll01 Worlan�Days from and after the date for commencing work as set forth in #he written
Wor�C Order fa be issued by the Owner and to pay not less than the "Prevailing Wage Rates fox Street,
Dra�nage and Utility Construction" as established by the City of Fori Wort�, T�as.
Within ten (10) ealendar days of receipt of not�ce of acceptane� of t�is bid, the undersigned will execute the.
foxmal contract and will c�eliver an appraved Surefy Bond and other bands required by t�e Contraat
Documents for t�e faithful perFormance of this Contract. Tlxe a�faehed bid seeurity in the amauni of 5% iax
the sum of � Dollars ($ ) zs to be forfeited in tlte
event the contraci and bond are not executed vvithin the time set %rth, as liquidated datnages for delay and
addi�ional work caused the�eby.
'�he Bidder agrees to begin. canstruct�az� w�ithui 10 vvarking days afte3r issue af t�e wozk vrder, amd to
camplete the contract within One Hundred and Ten f110] Worltin� Days after beginning consfixction as
sef forth ixi th� rn�titten work order to be furnished by the Owner.
tUwe}, aclmovc�ledge receipt of the following addcnda to the plans and specifscatsons, aiI of the prov�isions
at�d zequireznents of which k�ave been taken into considexation in preparation of the £ozegoing bid:
�
�
,.
Addendum No. 1 (Initrals)
Addendum No. 3 (�itials}
Addendum No. 4 (Initials}
y
,�
i _�
� r
i
Addendum No. 2 (Initials)
{SEAL)
�o�Q��t
Respec�ly Submitted:
B�:
r � u
T���:']��,�I�,�,�
Address: � � Y �]� � � � �S
1�11 �11� (�,VI,V��T'C�C. '�� � 3�
Telephone:�._��' � ?7 7.� ��I�A�i�� SPE(:iA[�TI��
Date .�i�l�n� ��. ��}i ���%8�
I �����iVvl���, -rX ���1��
B-�
�EI�TDOR C�11�PL�AI�CE TO STr�TE LA�
The 19$S �ession of the Texas Legislatu�re passed House Bill 524 relati�e to the award of co�tracts to noxLtesident
bidders. This Iar3v provid�s that, in arder to he awarded a co�.tract as low bidder, nonresident bidders (out-of �tate
cq�btactaz-s whose corporate offces or pritacipal pTace af business are outside of the State of Texas) bid projects for
consfiaction, improvements, supplies or services in Texas st ara amauz�t lower ihan the Iow�st Texas resideni bidder
by the same amount tb.at a Texas resident bidder would be required too underbid a nanresident bidder in axdez to
abiain a cornparable contract in the State in w1ticl� the nanresident's pr�incipal place af business is located. The
appropriate blanks in Sectian A xinust be filled aut �y all aut-of State or nonresident bidders �in� oxder far your bid tp
meet speci�'iCafions. The failure of out of-State �r nianresident contractQrs #o do sa will automat�cally disqualify that
bidder. Resident bidders must chec�C the box in 5ection B. �
A. Nonresident vendors iti (give State}, aur principal place of bt�siness, are zequired to
be percent lawer than reside�nt bidde;rs by State law. A copy of the Statute is aitached.
Nonresident vendors in
to underbid resident bidders.
(give 5tate), aus principal place of business, a�re nat required
S. Our principal placz oibus�ess ox co�poTate offices are in the State of Texas.
, � BIDDER:
�
r ���a�l��_ � ' . B�: ��.-�� C .�� �,
. � {Plea�t) � �
��
I � -� �_�'
� l J . � 11 Y � � I � � Slg�latliiG: ( � 1
� -�, . F
��i�,�ll�ll j�. �� � 3� Tit1e: d'I��_�b��
Cifiy State Zip (Please pr�t)
THxS FORM MUST BE RETURNED WYTH YOUR OUOTATION
�u�Q��� 5����������
�'�. BOX 3�1 �'g�
�UNCANVILL�� TX 7:�1�8
1
i
�
. �,
�
._.u..,:, ,�r1Au, 20, 2002�+ 3,23PN�,��„P� DURABIE SPECIAITIES�IC �K FAX �0. ��7 871 $09�4, 551 ,., P, �/3 02 ,...
.. ,� �
� ` � " ��G���E� M�Y Z 0���� ATY���I�P�T 1/�
� . � �r �f ���# V�1or�� ��.� s� �
NVi��rity �n� �ii'vrr�r� ���ir���� �t�����s� ����[�Ic�i��n�
��Y �
. . � . �� !#TS���_i�00� ' . .
,� � t rU.i���u � � 1 . . _ _ � � �.
— F� b � - b r 1 �� '� y'�`� —�-�Z p lf �
1
� � • � � ����a � �� ,
• ���� „�, . a�d' ; 1�b3�f��tr� � t� , � ! -- -
�t �t � ��ars�a�o�.: �% _ ._ . � ��'�� t���rA+ce,��ra�v�P: J �. �" �1w �
�
��ll�r� � ee���l�� �hy 1�rrn�, I� [t� �e��re� v�oi� �eppor�l�� d��t� ���t9� ��d ��ehr�d L�� �Fl� A�l�r��i�� ����e��
�� ar �ar� 5�:0� �.�n: �d�'(�) CI�* ���I�e�� d�y� � l�l� �p�r�l��, ta�lu� �¢ f�ld ���In� �a�, aoW P�ult t� �� �1�
��I��.�n�f���'�rr��.�����,t� �i� ���i�[��l�t�. . ' -. ._ — — ' — — � — ..
�°ii�� ��de�l�ned bl��� a�r�� ��i���' Ir�4� ����I qgl°�rr���# wi�.t� i�+Y�� �n�r V��� �r�e f�p.ar�rla fl�i�� 1� �I�i�
. ��ai�, e���lY[���, ��� •����t�r� �P m �€+tpiraa� wt� � �i� �i ��ri ���. 'ilt� i��t���al ���l�r •ke�owln�,
hii�����+�4�4i�� �f 'f� � ��d�da %p ts��sl���tt�n �f �9���11���t��� �t�rd Wll! ��il� I� the �i� ��irt� �e��l���
� n�������iv� t� �f�e�l��ai�rr�. -
� -- . ; �.
_ , ��.
��p�ny �a�� �►'�t [��9� �+� y ��.�Y ��e�+�tl� �� �i�� t� 6e'� —.-,-. '�an�P,�rr��,�t
�... 18��. #R� i�f�n� E�. • .� • ��e � II,Y�eir {�) �up�+ll�(°'f .
� . � �� . � �� ' ,
.� � ��
' �CiQ�n,4 C'�ecsf�rsr Sw�,�� . T r ��-�-��
t�a�� � �t�cav��
.w l�i'�°�!+111.� '�C `.?�f �'7 r I
�7yj �
, � v�lJi �,' ��'�"J . .... . ,
„ , ,... � � ., .�. '
� � � � �.�.�, . . � . ,
� '
Lf . .. • ' � •1 i �
� 1 • i i � r . r r � � . ..-.� v !w�
i �
� � _ � � � n �i �.� �� �� i �
��+ . t\. �I • 1 -i� � • r.... • � � � . .
� . � ... . a. -• I Y r n� � � . o M•
I '
r . �i�r�.i� e 1� iWM� Il�a� .Y.-� - .
� 1 � 1 i�l �.1 � �. w /� n. r..��• i�rYr1 • �
T � �� —
' �C��Y��S .
.�(� f��� �
f
. . i•P. .h . . • • ��i.tij��i�Y I��N / .��Wy .. y1•n w �"y.. � s . � . ... � „yx�� r+..�»�.. .� �-�� �M � n i y in � . �\ � , � i � t� �I�.-
� � I
i ` � '
1
`r�_ P.�lflR�G81l�1�L � 1�l1'�{6 h9liauD � ��i EO!lrit�td�Pl��l�� � �w5ir��]4 dC�ll� �4f�6� EE1 l�Re 1f�Aik��l��e � #Alp�lll9e ��il�. � �
— --- � , . —
�, ��� ��0oH9►�N a� In� wl�f� te��n e� te �e �t�11�9 ��1� M� t� �a ��ppil�;� . _ _ .. . _ — ��
} A ��d� Hetd� +oflber� t� � i���ll8� f� f6iI;Nl++a� � �' f� n�i�e �llt taw� tA� MJ�VB� �jeal, . ' , . - -
. i"1 C�1� escp il�r I��e�l. , � ��ir. F�� 4i� i�++el � �►��e� �8ow � 9�� �aat�r�l�i�4 l.e� � � ��ee
�
, � ffdi�ltli��'ili�eat�iEre�'ia�D� fdtR$�@[�8�%6��Ider�d9t1�dtr���iRl�����i�te- �
'": -� - _ — - - . 1� ��a E� ��[�a+e�'�"�' tl�e _�. „
. , ,
, , , , •
�.,. �� %�3�RIG � �� ����111� i�Y TF�� i�JIRAE��I�� ����t���i1° �Y �c� p.n�, �ri3� (�j`GI�'S'' �Id�9�s. �daq� 0�1'��e �
' . �3��c�, ��l�I�� ��'�� �Id ���1�1t� !�A"1'� - , ,
� � ' �v. �
, 1��� � �e8 � �� ��ne�41 � M�! �� ��ira� by ti�a' NA��l�A ��1'i��t ,
�MAY� 20, 2002M 3;23PM7' P�I DURABLE �PECIALTIESIC �IK F'A�f l�0, 817 ��1 �09,�p, �5�,,,,,,P, 3/�,03
, , o, ��..,�.R, ..,. „
_�' ' � ' � ' �rre����r ��
� ' , � ��� � �� � .
yr' � �I�n��i� �n� V�d�rn� i� �a� �� � O� ���� ���tl1.,lG�i1���� ,
�i� r . . .
� • � ���fP��� ������� �
I re r � � .
r �P�nY �d�n�► ��t� Rt�rne. , _ �s�l� � Sp������c�trit��� • S� � i�s � b� � �l�r/��au�4 .
• �9ddra�, � ia1�pF�eae� 1��� ' � �eope �R 1l4d� f{� , �i��plled(°j � ,
' ' . , � 1 �� .
, � • �
� , � , ,
�---� , .,. � - - . , -_ _
� .
i � • P „ . . �. � .. . � . , �. � . .
�..�.�..._..»..._.- , .�.. . .r...+...�•e.r.. ' � , .
W e' •�d� � f •• � 1 �• Inh��i� � �q��� �
i. ..Fn. .� � .. � r.i ...M w��6�!
,��i i •• �w . . -.i . ' �� � , ' i�� • w ,
1
� • �� IiMha ii . . -. �_ � . r.�x�n5 � � i •
�� '� 5 " , I ., • ,. .� •. ... ti aiG " , � � '
'Ie�4�l�op♦ i.w.�Lur�V .�I�JiI
� . . •. rn � � r .. .d . ' � ` , , • • �
�' � ...i . . � .ir� a�.�w �
� *�-�• .�� , . �''� . nrr'.,.��. . -.. ,.. _ ' . - . •_ .. —�
�e � . �r . ' _ �. � . �—
i Y�� �1de��r f�ark��� ��P��� t� ��ai��. i�ir�c�� � i��,�l�+ u��� r�qu���, een9pl� ��� ��er�� Inform����r� r��arrdi��
i �����I'we�l¢ �e��r�ec� hy� �!� s��������r��' (��i�ud�r�g �4����y �An�1�r ��{�j �ri°an�a���4� ��ai�l�@�Wld� �bl� f�i�.
�h� bi�d�r �1�� ��r�e�� te �llow'�� �v�t4 �n�l�r� ��mi���i�r� � �rr� i�+��i�. r��r�s �� �il� k�ld ��+"��ir ��p��� rf���
' ~"vvill �u��r�4i�t� �� ���1 w�rrh ��rr��ed ��+.iH� 14+���(�) an�P �i��(�) �i� 4HIs ���4, �y � �u��wOz�d �f�� �r.
�pk�y� �P �h� �f'i�. �y I�i�14i��l��� �1��1�P F�1����� R1i��1�tIE�� �� f�� *.�lil b� ��1�i� �r q��ii i19�ti�g �F��
��traafi �� ����r��� �a� iatEy woff� �� � ��t�d � ��Q less ��e� �� (�) �ear� a�d ►�� Initi�fiis� �e�� ���r �id�r�l�
•� P�4e �� ��� l�tqs �����li�p �1� ������4�. �f �ill�& � �F1�F�v vdilf9 Q�1� �fdfft��� �nd ��� � ���O�i�1
C�����r1 �Y �n� t���+ r�►��1� f� a tla�an�in�a��� ��, s� irr°�p�r��tl�I� �PFsror �d �rr�� �r�� p��l�l��@te�g �� C�ly �+�r�e
��� � par�� �f �'�e �o� �� iN��r �� 4`'�l av�ar. . , . .
--- �C, f��� �11d {'�8� IG�I��T �E ��RTI�I�� ��i"�� Y ���6R� �� �T l�lR118�D
{ • � ' _ _ � �'�' � �,''� ,.�.� � �r� — --_ .
� ��� ����a�� . . �r�a ����c�� ,
� `� ��L��P� ' � _ ,.. _ s� �' `I�t i(1 f�-��' '- ._
� � �de -- � � ��rr�e�ee N��e a�d T1�� ,
� '� 1� �.�,I���}�1 � - - • , -� ��� _ � _
- ���ny R�a�� , T�1����� t�urrt��e��� ..
' . � ���� _ , 2� ,� . _
� ` ��� ,t �1���� � ��� �� � .
� ��►������ �� r � .�— � � . . • ; , -- . .
� �.� .. , , .
�-� � �� �ao � �� ��+�� �v �� ��A�� �a��r �vv a�o4 �•�.� ���i� � ���r��� ��� ��� �� �
` . �k���, �f�l�� A�'�H� �! ��I��t�B f�AT� �
, . �. �g
- • ���� 9 �[�� � � 1��1�9�1�Q'�A �u�4 � �1� 1�y i#�� AA61�a�1� �opwl'�i �1�$ • .
�1
MA'!, 2Q, 2002 3;23PM DURRBLE �PECIALTIES
� �����
�������'���� ���ti
� � -- �, .�
Na, ��� p. 1I3
�..... .,...�... �... ...,�r ,�.�.,. � „ „ „ ,. .,.�
��� ����� �����
.. ,.� .: .. .. .. . .. .. � , ...., ,. ..... ., .� ,..:, ,�r,r .. ,. „ . ., ,. ,. ., ,
;�
,
�
aAT�: '� �� ��O�i►
,��: �� ��. �-�-. vJ
ATTN� f �
�v�c,�
�RO�: ��
SU�J� � � ,�� y
� ` �/
}
��c � � ����� {-�bQ `�.
������-
. n�o. O� PA��� E�lCLUDINC C�V�I�: �
� � . � � �P� � �-rnr� . � � i��
� �
. �r� �1�5 �fl� �
�UL _ _ � a� ���� - -1 �! � ..
� �f IQ- �. . �, � ti `��,,�.��
�
�' ��u_. � �` ��` ��
. �
�
...� _ _
_ � �
�� y4� c�o �a� rec�ive a1! copPes, n��i�r seRd�r �� (9i2j 29�a632�4
�ur R�'7'URN ��c i� (972j 78.0�7411
Thank yvul
P.O, ��X ��'1788 • DUN�ANVILL�, i X 75138 • PWON� 1-,�72-298-8'�2A� e FaX '�-�7�-7�0-i411
�
'l
PART C
GE1�3ERAL CON'DITIOI�IS
See City of Fort Woxth Standard �pecif"icaUio!ns Faz S�eet and Stozx�r�. Dz'aixx Construction_
�?
I�
i�
.,
�
PART D
SPECIAL PR�'�5701�TS
�r
�
.1
�P��IA� �'��VI���1�1�
�1�1�4f �i�1�A.L �1�'�'A���A'I'IOiV� A.`�' `�'�.L. I1V'F��S��'�"���15 ��+':
�assw�od ��vd. ! Bnttonwo�� ��r.
�wy i�3 l �arza Av.
�eac�.�rn Rlvd, f Ai. S��v�ai� �1�+.
��o�n��oad Lo. f �Ve�teyn �ent�r B]�d.
P�Q�T�C'�` I�n. `TP�V-T �+ -Z D0�-QO �14
II.��:� 11 �il) �L�]�I �I �1�! I�!
� . �c�pe o#` Wor�c
2�, Eaeen7en#s
�. �ontract Award
�. P�oject �oinplction
5. 'Incr��sa orY?ecre�se is� �u��i��es
C, T'e�in�►ti��
7, Re�'�rer��:e �p�cifiic�iions
8. ��d S�bm�tt��
9. �area�i'y .
i0. �on�tnX�#�o€� S�alcing
1 �. �'er�n�its
��. �'r�f�c �ontrol
� 3. �aym�lt
� �. �7��a��
��, Ilo#ours �nd Bat�i�ades
1�. Parkways
17. Disposal af�poil1Fi11
� 8. �o��ng C�m�rliar�ce
l�. �1car�sy� a�d Grubbirtg .
�U. F`ina.l �leanup
�I, �ua3lky �ontrol T��tit�g
��. Pru��rly A�:cess
2�"�. �or�st�eict�on Sc17ed�a1�
2�4. �a#`�ty Res��tic�� — Vl�ork I�IeaF ��iigl� �1t��ta�e ���n�s
��. V4'atera7e��,rtmen�Pre�Q���lii�cakion R�c�taire�t�nts
�f. �ighl Ts� �u�i�
�7. �'r�c� Saf�ty
�8. �u�s��i�r�+ 1�4�or�C
��. �ul�stit�iians
30, Te����r�u-y ��it Erosiorr, �ec�ir��e��t ar�r� �N�.�r Pc��lution ��r�trol
3 i . �i�y �xntisYt�d �terns
3�. �xisti��g �ltiliiies
�3. �nn�ttvctio�
34. Pay ll�ns
Page 1)-i
����Y� ������Y���
����'L� �F �4'OI�i{: The vvori� c�vere� l�y t�esc }�lans and speci�ica��ons cr�i�stq�s o1'fnst�l�at�on of�ew
lraffic sigr�als ar�d ajl �ther mis�e�l��eo�� it�a�s oi' c�}3�s#ruc�i�n ta �c �e�r�`�rme� a� uKi�li�i�d �n
A1�ARilI�i� O�' ���"�'�.°,.C'-�` AT�3 �C)kK1T�1�, DA��
�,. the Pl�n� and �peci�catiotrs wk�ich �rc ncc�ssary �o satisf�ctc�nl� corr�pl�te the work.
{a) �on�r�ct m.�y �o! nccess�ril� biw �r�+�rcla� to thc
�valua�� ant� rr,�o�m�nd to th� Ci�y Council Ei�e
�es# int��ca� of titc �ity. 'i'�c contra�� wil! b
res�onsibla biddcr.
{b} Tha numbu�r o�' worlcit�� da�+s shall ba 11Q
��wes� �idder. '�'C�e ��ty ��g�neor s�a�l
best bi� w��ich i� cons�c3es�d #� be in the
e �vrarded �o the Inwe�t respoo��Ave �nd
�. �A,S�M�i'I"�'S; I,oc�ti�n of �11 uti�i�es an� ri�t-�f-w�y tasc�nonts ure estima��d, �'h� �orttra�tar
sl�all no# i���d the G�ty a� Fort W�rth res�or�s�b�e f�r a�y �ola�+ in iss��r�g �he wvrk nrcicr for Eitis
�o�rt�z�c�.
3. C�i�'�'�A�T A�'4�ARD: +Car�t�act wri�l be awarded to the lawest re�pans�ve a�d xesponsible i�it�der.
�. PROJE�I' �D1V�FL�TY�1�1: The Cnn�ac�or �gr���s ta coir�ple#e the C�r�ir�c:i wfth�n th� allvtte�
nk�rrt�e� �f work�ng da}�s. X#`the �onh'�ctor fiai�s �[� com���#� khe svor�C withsn th� o�srrtber o#`wc�rkix�g
dayt sp�c�fie�, lxc�ui�ated da�t4��s �ha�l k�e �i�arged, as o�tl�n�d ir� P�rt �, [kcTn 8, �'-�rsgrap� �,{� o�'
thc "CieT�ef� �Fay�.S14�5" of thc Stax�dar� 8�recific�tion for �ottstri�cfion of d�e �i�y of �`ort Worlh,
T�exas,
5. l7'�C�A�T� ��t DE�RFA�� ��UA�T�TIL��: It i� tl�e C'��tract�r°s sole re��or�sibili#y to verify
a�l pay itern c�usntitioa p.rior lo submitttr�g a�ict,
W���r� th� quan#i#y of waric to U� don� or ��7at��ials k� bc fu�ishcd und�� an� majar ��y it�m r�f t�c
�vn�ra�t is rr�or� #�an 1��°fo of th� r�uan�ii� atateti i� t�Ya �`ar�#raci, w�ether state� l�y �wn�r or 6}�
�oz�#ra��or, t�ics� eith�r �rarky to �ie �crntra�t, u�ron d��n.��,d, s�r�l3 be en�it�ed tv negotiate for reviscc�
cv�.s��era#aor� �zt ttxc portion �f wor.k �bove �25°f� o#'the q�santity stated in tl�e Co��act_
When the qua�#i�j+ a�tl�e w�ri� t� i�e don� o�r m�,#er�als to l�c fi�rnislYcct us�dar �y rn�jnr �ay item of
th� �ontract is I�ss tk�an 75°� �f t�ta qx�antify s�t�d iss i�ie �otrtra�i, wi�ether s�ated by (�wner o� �y
���t�-actor, then c3ther p�rty to #�ie �ontract, ��o� dema��l, ���I be e�ztit�ed to na�otiate for r�v�sed
caa�id�ra�i�n �r� [lic pottion �f w�r� bclor�v 75°�a �t the q�ar��ty stated �n �1�� �onlr�c�. T"his
pa��gra}�h sl��ll not ��ply in th� even� O�vnar de�e#e� a pay it�nx r`n, ita �nluety fxorn f�ts �nn�rac#.
�1 ma��r ��y it�tn is d�finec� as arti�+ i�ciiv�d�al bid �tem ix�c��d�d i� �he �roposal that h�� a tutal cost
�q�a� #[� ur ��ter t�art 5�e�ter�t af the �riginal C;o��a�t.
r� m�nc�� �ay i#�m is d�iit�ed �s ar�y i��d�w�d�ual bid ite�n s�cluded ir� �{�e �ropoaal t,�a� ]1�s a�ata� cost
less ti�ar� 5 percent a�'tE�� o�igir,al �ar�tra�#,
Fege €�-2
Zn t�c �vent �wner an� Cor�tractor $re una�r�� #o agree vu a r�egc��iat�� pr�c�, �er �nd �ont�-�ctor
ugr�C L�1�E Z�kC Cn1�61derafiOri WII1 �� t�.e act�i�� fi�LCI C05i nf #�le wofk p��ts 15°�0 �s �escr��ed l�er�in
��low, ��rc�d up�n in wniin� by �l�c �onrra�:tar an� Depa�ent of 7ia�sp�r��#iar� an� ��bli� Works
a�d a�proved �� il3e �ity Counci� ai�e� said wo�k is corn�r�ete�, �ub�ec� t� dll at�cr c:on�ktior�s of' t��
��ntract. As �se� hc�ein, �ield c�st o#"#�re watk wil� ir�ctiud� thc ��st �f all wnrkmen, f�i�n�n, kirne
�e�pers, rneC�i�rxiCB Pl[l� 1���Pers; all m�t�rial�, suppki�s, �rucks, equipment r�nta� for s�a�h time aa
actually usea n� ��ch w�rk �n�y, pSus a�I ��wer, fu��, lu�ricar��s, wa#cr a3�d sirr��a� o�erat�ng
exp��es; a�d � rsf���e porlio�ti of premivma o�� per�orr���n�� �d p�yt�'i��71 bo�d5� publtc �iabi�i��,
VJoti�e�ts �ompensati�n and all o#her �r�s�r$nce requited t�y law ar by urdi�iancc, '�'f�e �irect�r a� tite
Tre�s�ar�ati�n a�d Pui��ic� Works Dep�tnz�nt wixl c�#rect �h� farrn in win�cf� #�e ac�vunts af a�t�sai
fieid �ost wi�� be �ce�t and un�l r�cammen� bn +�vriling l�e �-nct�od a�' d�ing thc ��rar�C ar�d the typ� ar��
iand o�' e��iprr�crMt to �e ��s�d but suc1� w�r�€ uri�l �c partorfil�d by th� ��ntr�ct�r as an indape�d�nl
��ntractor �nd na� as an agent or emp�oyee of fha �it�+. The 159�a o�` �1�� a�i�ai #ie1� c�s� ta �e paid
to lhc �ar�irac#�r siks�l c�vcr and c�rrM�ensate him far �ro�t, vv��l�ead, ge�er�! supervis�on $n� field
of�icc ex�c�s� and atl o�h�:� cicme�Es of �:os� �nd cx�en�e not �braced vvi�i t�tie aorua� fie�d cast as
1�ercin sp�c�Fied up�n r2q►�es�, t�C Cp9�tra�t�r ��i��l pfOV7�e the �free#or af Tr�ilSpOrt�ti�71 a�d Yk1�b�iC
1�lorlcs acces.s t� a�� a�cvunts, �11�I5 fti1C� VUL1CiCT5 1C�13�SS'i� tFk�i8�0.
(�, `i'�i�NffIYA'E'I�7�: T13e �ity ���+�rves t�ie �ig�'it to �l�ar�dor�, �vithoui obIig�fi�n to #he �onE�$c#or, sny
part �f t�tc �xra��ct �r �1�� cntire p�crje�t a� �y �im� be£or� th� �ontr�c#or begir�s �n� c�nstr�c�on
wo�lc author�a,e�d l�y ti�e City.
I. I#�I�EI�1�T� ��E�TFIC.'ATI�P1�. `i'��s �ont`rtt�t ar�d }�rcwject are gavc�r�ed by the #'ol�nwing
publts�cd sp�ci�tca�i�z�a {i�t��sl edi��on}� �7C�e�Sf �� iY2b{�1S7C{� i}�' t�k�,5� ��1eC28� Ii'OV58k0!!9;
4711iJ�ll.`�.I�I l�r��r�A l�� ��Si�l1 ��� �I ���*��/ l}�i/Zi����� i.�}�li��������iF
��i�}��%�'�'��� ���.�i�
A cop}� of ih�se spcct�oali�r�s m5y i�e purc�ased s€ t1�� C}f�'�ce of the Departme�t af '.rranspoitat�or�
a�� �ubiic �or�s, 10(l0 `f�rockn�orlor� Str�c�, �'�a ����r, �4fu�����Ai Buildin�, T�ari Wor��, Te�c�s
7b1��, TYx� ap��icabl� sp�ci�ic�ti��� are irYdi��te� nn the �lans and. in thc C�nn�tact �o��un�nts.
�e�taral Pr�v�sior�s ��1� bc kh�s� oi' the �ity �f F�rt Wc�rth �ocument rafiher than D�visi�n 1 of �:h�
I�lorth ��nEr$I Texa� �o�um�ni,
S'T.�1VD�f1�D �iP,�'CY��'�ATIOIYS �''�� �`�11�aSi'!#�IG'TI01Y O�' t!'�G'�F��l�,� �TRIs',F'T�5' �11�D
BRfD��S, TF.��' ��PARTII��NT Of� 71�.�N�SP{�RT.4T�ON
.�Tr�14fD�11�l.} S'���IF�fC'�47'f0}1�,5' F�1� P�JBLIG' �i�"l1!#�S' C'�2Y�T'��C'T���Y�
�l��,f�!'�� �:�'t�7R�4.L TF',��CAS C'��T�VG'IL OF G'[���'Rh51�'�1VT,S
8, EII] S[.�I3s1�fIT'I'AL; I3tdders shuil not separa#e, detach or rem�ve �r�y porti�n, s�gment or shccts
l�orr3 the �on��ct Document�� at any lim�. l�ailure �o �id �r f�ll�+ exc�u�.c �ontract rr���ho�t reta�sng
��t��r-act �vcx�men�s �ntact ma� be gruund� �'or d�s�gr�ating �ids aa "r�ot�-re�o��s�ve" �nd rejec�is�g
bid� or vo�dir�g ��ntract as ap�rnpnate and �� deter�ined �y t�e Djro4tor of ti�e Trunep�rtati�� �nd
�ubl�c �nx�s 1:]]e�a�Erneni.
9. '4'V�tI�ANFY: The i�antrac�or s17a1� be Fcsponsibl� for dc#`ac#a i� ��is pr���ai c�t�� to ��ntxactor's
iau]ty materiels and worl�anslttp, or k�ath, f�r a�eriad c���r�t� {�� y�ar fr�sn d�te of i�i��l �cceptaucc
o�` t�is p�oj�Ck by ti�� �ity �ourtGil o� t}�� �ty of �ork V�oi�h. The �o�ktrac#ar wi1� be rCqulse[� to
repla�� at his ex}��;ns� �y }�art or all �f tl�e p���e�t vsrFuci� b�comea def�ct���� due to these ca�tscs.
P$�e D�3
1{�. �����'1�L�CTj�N �T�.��� C�n�tr�acti�ir�d� �����c��cd�or,s�� or��S� � ��r nd �1urr►���Dra��'
(if rer�uue�� as ou#1ir��c1 rsn pag� �7. �
Co�est�, City ofFort V,��r�1n.
��. PF��T�; The ��r�tt'actor �hall 1�e requixed ta t�ke out a Str�et �7se Pe�it w t�h tY�e 5trc:et
' � 1 r 1�n�g�m c� ti i S e C t i o n €� E' T s� t i Y i e E��� �rid ��co y of �h�'Craffc��os�{ ol P i�n h�ts. � rGnit f e e� �� S
s�a l! Q r o v i d e u t� t a t i v e v� r a r k � c h� A
I�c wav� for vv�rk p�eformed ��ler c�nira�# �+it� t�t� �ity.
��. '�'�4�'��� �(��V'T�t�L: Ti�� �or�t�aat� �� the��rovas�ons ee# for�l�n� e�"�i ��7'e_�c s��#r�.►�r�n! a�i
conamt�ti�n c�f �Y�is pro�e:ot �:on�istcnt w �
�Tr��fot'�� Tru �c G'o+�1t'o��ices o�'�5��'�e����ed��i��°, issed �s�Articl� �7�1d Ve�r�n�n�s`� vii
of'�exas UniF� Act �e�a�ati��g firaffi� on Iiig�v���s, cadifi
�i�a#ucs, Pcrtine�'�l sect�ons bcing S�ction�los. �7, ��� 30 anc� 3i,
'iki� ��ntra�t�r v,�i 1� n�t remove sny re�u�a io �������� t�at la is �gn musl�be removcd �oh pe�i�nit
wl���lr f�►�s ���n erec#ed by th� ��ty. �f
required c�€�stnjct��n, tt�e �ontre�ctor a�i�ll conL�ct tha Tr�nsportakior� and �'ub�i� �J�r�Cs De�x�r[rr�e�i.
Traf�ic ���vices �}ivis�r�n (phone «u��ber 87�-81�U�� lo rentove th� ssgn. In thc 9asc me �gttY�C
eig��, the �on�ac#ar fnx�s� r�p€s�� ihe p��m��n�� s�gn wit�, a t�m�ora�y gn
rcq�irem�n�s �� t.�e abov� ref�renced r��an� �rar�d�s�cY� �ot ins aileci eorre�c� y�o �f �� d�s�o�t m cl
remava l a� t h e p c r m a r� e� s c s i g n, I f k l x e t c m p �' �
t�c rcq��tred s�e�:itica��o��s, F�ic per�ne�t ai� �itia�i i�a !e� in }�lacc unti l ��e te�np�ra r y s i g�
rcqutremes�ts ara mex. When coa�smxction ��� �#act �e Traf�`ict��rvtc���}1v� ionto r�u�statl #�e
ca� be r�ir�s��l]ed the ��nt�ac#or sl�al� sg .
pern�a��nt sign and ah�11 le�xve hia t�rrjp�ar�xy s�� 'sn p�ace until auch rcins�a�lr���or� �s c�m�l�t�.
��s�lxactor is ras�a�lsibie for rneans, methods, ar�d �afety d�istg cor��tr�x�ti�n.
V4's�rk reqniri�g slre�t ls�rricading w�i� �Bly be a�owc�! d��ri�g c�a��ligbt l�o�r� (�:�� A.lI+X. �
+�:QO P.�Irf.� sn th� �entr�l S��3n�s� �la�rict {��3�), artcri$1 s#reets, snd uear se�SoaLc.
�ntra�t�r shall �ot to ��rk ve�ticles i� a��h a m�nr�cr as to �bs�uct t�e vi�i�s� �f tin� lr�vc:ling
p�blic.
"I!►e pa�tffii�s+iior� �f �ity u� �'+��t �' #he�safesonn tlte t��ve#9ng���bl�i�n��e�i�ons does not xeiieve
the �os�tra�tox o� re�i�onsfbilEty foY �Y
1"r�ff�c c�r�trol r�i�� n.ot be ��i� for dire�#1�+, br�t shall be car�si��r�� subsidiary t� t�e vari��.s bi�
i#erns of the co�ttact.
13. Y�11�1VL��1'1': Thc �a�tr�c�o�r wiil raceive �`�l� ��ayrr3cn� �s`�rn tY�� ��ty for ali v�c+rk.
14. DL�LA�'�: Tl�e �on�ractar s��a1l t��eivc �o comj:er�s�tio� fo i� ��Y�sed b�i�cf� t�rc o�'t�c �i�y �
except w�cfl di���at a�� unavo�d���� extra c�ss to t�te �os�xrao��r ��� �C�� Wh�n suci� e�tra
pzc�v��de �nfonn�tinn or matcrial, i� �ny, kV1iSC�'i 15 �D �]C 11kI7115�1C� � Y-
�om�ensat��� ts clai�n�d a umtt�n sEatall �� ���r�vedi� � ref�ra� by hi� tn t� ��� n� i� for �i�a�
�ng�r�c�r and �f by i�im �`aun�l carrect si� �i�
$pp��v�l �s dis��pr�v$�; and �11� a�tion l��r����s �� �l p� kior by tho p�e�foxna �xc� o� e�tra worl� or
ca�ised by s�e�i�c or�e�s �ivefl by the Fng�
�'age D-4
by Ehe failure of t�� �ity #n pr�vi�c rna�er�al or ne�es�a��r ir�struc#ior�s �fa� catryifl� an t��e wor�c, ti�e�
sn�h delay wi�l entitj� th� Cor��actor to ass equiva�er�# ex#e�si�r� of tiane, l�is a�plication fior w�icl�
sl���1, I�ov►�e�+c�, b� ���a�cc :o ��e d��ro��1 �� i�� ��� �o�����, �nd na �+�cS� ex.�ens4ofl ��' lime s�El
rci�nse tl�c Gontract�r o� the aurety o� his ��rfarn�ancc l�or�d form a1l his �bli�stiona hcr�tu�der
whic]� sha11 rc�na'tn in full forc� �nfil tt�c discharg�: ot' #he C�nl�ac�.
��. A��'(�UR� A�4ll BA.�tRT�ADES_ '�'hc �o��ractor si�ali gr�s�ce��� l�is �vor�C �r� s�ch ��an��r as to
���ate a nuflimum �f interr�ptit�r� to f�aff'ic and perIes#�ian �`t�ciliki�s an� to t�c tlow of v��icuIar �n�
p�des�ri�n �ra�flc witixin the }�raject are:�, �or�tra�tor shall �e respori�i��le for in�tailing �11
eor�st�u�iyor� signs, �i�r,als, and r�arktr�gs n�c��saxy to pravid� gdeq�ate �raf�c conte�ls for pur�osc�
01' ca�s�c�iom.
Barr�cade�, wa�nirxg�an� d�tour s�gns sha�l conform to thc ��a�dar� ��+�ci�icat»,�s "�arr�e�s an�
W�rrring andlnr Det��r �i�s,,� Ite� ��� an�il�r as shown o�t #!�� p�ans. �e furr��st�i��g, �facing, �nd
rru�intair�kx�g of ���rricr� and urar�in� �nri�or detour �ags�s �ry the ��ntracto� wil� t�o# be pa�d for
direct�y, buE ��all �i� �o�z�sider�d s�hss�lary �o #k�e r��riox� bid. iieru� uf E�e contract.
�ons�ctian s�g�xi��g an� kr[�rri�ad�s s}�s��l canfor�n with "`� 980. 'Cexas I�ss-kua! ort Unifcsrm Traf�ic
�or�troL��viors. Yal_ I�1a. 1.,,
'��e ��n�actor �holl l�c resp���iblc f�r a5roviding ��e ��mc ar�d t�lep�one r�tirnb�r a#' tt�e
B�rr��sde�fr���c ��r��o� �ompany h� is �si�tg. a��� a�4-hour en�rger�cy gumber �f �e ��ntr8ctor's
� respon�ible rep�csentativc for �intei�an�e of �he #r�t�ic cnntrol �lar�. The �:on#acxor shul� �rrovi�e a
�eiter ce��tifyi�g al� tr�flic c:cmlrol dc�ce� conform to the curr��t iss�� o�'th�'�'Iv�L]'I'�'D.
'�e �a�tr�ctorc sl�all be �es�onsibic tar �Srv�rici�ng a�encr�l �eaf�ic �ars#r�l P�an (T��'� ut �i��
�re-Constr�ction �onfercnce sr�d prc�v�de �pecific l�ca�ion �'raf'fic �on�rol Flans �� re��tcst. Tlx�
�p�t�ractor s�all be requi�ed to corn�ly wit�► a�l s�rect c�asu�e restiic�iorrs, make ad�+an��d
arra�ger�en�s ��f� schnal� snrl I��sirtasses, and �rovide psoof of as� �c�ep��ble pi�fi to th� C;�ty.
1G. ���I��4'A�,S: During #l�e con�lruction of tt��s �ro�cat, it ia r�quired tha� all paricvc+ays be cxcav�#e�
a�d s1�a��ed as raquix�d at t�ic ra�ne time the ro�dway is axcaystt�, �xce�� excavati�n wii� l�e
dispose� of at lncatior�e ap}�ro��ed 1�� the F.�gin�cr. A��r parkw$�� sh�gitt� �s subsidia�y tn iha unit
pr�ces bfd f�r si��i c;o�s�ruc�ioM�.
t'�. DI�Y��Ar. OF �1'��f�l�`II�L 11+iA'�`�:�tl�xTa; Fr�a� to tll� �is�osin� of �ay �po�U�'i�l rr�at�er��l, �Y�c
ContrE�ctor sk�al! ad�r�se ��� Ilir��tor u�` the ?�e�aartm�nt o� Fn�nt�e�ring acti�ng as rt�c �Gty o#' Far#
Vl��rrtfi's ��ood Plain A�dr�i�tstsator {„Adixx�uistrator"), vf the �acatiori of al� silas where thc
�ontr�ctor in�ends ta d�spos� of sucl� r�atcriaE. C;oniraccos s��l no� d�apns� of ��c� m�ceriai �ntii tbc
�ropose� �itc� l�svc ���n �etermined b� �he �1�sr�s�r.is�r�tor to mec� ll�e r��uiren���ts of the �lood
P�a�r� Drdit�ai�ce ❑f tl�c �i�jr of Fort V4�or�h ��rdinance �10. I i�98�, A!t c�is�osa� sites mus� �e
ag�r�ved by the Admini�t�r�tar to �r�s�re tl�c filir�� is no� occ�m�g witl�in a#laod plain wil���u! a
p�rmit, A flaod �lain pe�mS� can b� issue� ��pan approv�l cri' i��c�s��r� �ngi��crirag stu�ies. �o �'ill
�er�il is r�q�olred �f disposal �it�s are nat in $#�o�d p�ain. �►�prova� n#' �lte �ontra�t�r°s disposa�
site� s�a1l be ev�r�cnc�d b�► � l�tter s��*ned b� �3� Admintstra�or s�at�l2g ��rat ��11e s�ie �s na# i� a�cnowr�
floo� g���n or by � i'3nod 1'lattt �'i31.�P�tmft a�tk�4n�zing flll witY�ir� �he iload p�ain. Any expense�
assa�iated with obtuinfn� #ixe i��i �e��nit, �nc�u�iing any r��a�ssary cs��inceri�g st�dies, s13�1� I�� a� tl�
�oniracior's cx�ense. 3n th� cvertt tha# the �ontractor dis�o�es uf sgoitlfitl materiAl at a sii� without
a�il� �as�rni# or a ictter �rom ih� Adr���is�rator approv��g tFKe di�poa�a s�te, upo� n�tifica�i�n by th�
Pagc D=5
I —
D�rc�t�r of �rigi�x�e�it�g, �or�txact�r sha�� remarr� tl�e ��iUfilM muter�al ut i#s expcns� snd ��spase �f
such �r�steriais in a��t�dan,�e with �he O���itr�ncc o�'tl�e �ity und t�s ���tion.
1S. �O�G {:,ON�PLX.�I��: Durir�g th� co�s�sct�v� af th�s �ra3eet, tk�e ��n�aotor siiali cosr�iy
with present z�n�ng rer��rirem�r�ts of I]�c �.i��+ o� rort ViForfi� in the us� of vaoan� prcxpexty fo� �torag�
�u.rp�ses.
��. CI..�AR�7�1{3 Ai�I�I ��]11313�+l�: A1i objec�ior�ablc matte� rec�uired to hc rem�v�� wi�hiu �hc right-
of-�vay and n�t p�rticu�ar��+ �escribed ur�d�a• thc�e �pecific�ti�ms s�rall be covered by It�m �o, 102,
°,�t��u�in� �ld C'xre�b�in�" anc� �I�a�l bc subs�diary to ihe oth� i�e� at`tl�� �ont�a�t,
�0. F1NAY. ��..��IYl7�l°: Fa�a� �lean�� work s�al� be durr� �nr tl�is projeci as �oor� as t�e �anstructxnn
has b�er� ��mpleted. �o mc�re thar� �eve� days a�a�l e�apse �f�er co�npl��io�} af c��st��u�tian l�e�ore
thc roadw�a}r �d rigi�t-of w�y as ci�aned �k� lo iY�c satisfactiun oft�e L�nginecx.
3�], .�UA�.i'i'� �DNT��OL �`��TXN�,; Tttc �ontrac�nr shal� furr��sh, at its ov�m ex��nse, aertxf�ca��on�
�yy � pnv$#e ��box�atory f�r alI rr�atcris�s pra��a�d to be usec� o� thc proj�:ctr including a o�ix �icsign
for any asptrult�c �dlc�r 4'orE�ancl ccrnerr� c�nc�r�'t� t� b� used and grada�3on ana�y�is for sand �rud
cru�hed st�ne to be �sed along v�ith t�e na.�ne �f il�e pit from w�c� �e r�at��i�� was �aken, Th�
��rx��xactor sl�all �Sr�vid� rr�a�nuf�cture�`s certilications fvf aA r��u#'�ctu��d i�crns ta �e us�d in tixe
p�oject �n� +��iil bea� an}� e��e��se rclatcd ihe�eto.
{�� Tests of ti�e d��ign car�cre�e mi�c ah�ll b� made by the �ontr�a�tor's i�buratory at 1�ast �an� days
p�i�r to thc p��csng of conaretc x�s�ng �he same ag�r��,at�. cerncrr� and rnar�.ar tl�at ar� to �ie us�d
��t�r in the conc�e�c, '�}xc �or�tracfnr s�ia�� �rovide a c���ied c�sp�+ ofi�Y� test r�sult�s t� th� �i#y.
�b) �u�lity cvn�roi testin� af in sitv ma�erial �r� �us p�'ojcct �vill l�e pc�ormed by tt�c �'sty at its ov�n
ex�ens�. Any r�tE8�7ng ��quire� as a res��! a�' failurc o.F �h� m�tcria! to rx��e# pro��ct
spcci�ica#iafis wi�l bc at ti�e �xpenae o� lh� Con�raat�r and wjl� bc �o-yi�ed �ti co��n�r��al r��es as
��terrnined by ti�� �ity. 'l�e fail�re of thc City tv m�,�c �i�+ te�ts of m�k�n.a�� si��,�l in rto way
rcliev� the ���kractar of its r�sp�nsi�ili�y t� �urnzR� m�#��als an�§ ec�u��mett# �anforming �� �k��
requiremen�s of t�e �ontsact.
��� T`h� ��ntraatnr shall �ravide not less ��an 48 lxoe�rs no#icc ta th� �ity #'or �g�tatian� r�c�uir�n�
tcs�ii�g. 'Ih� �ar�tractor sh�il pra��id� a�c��s anci t��nch safe�y syste�r {ifrc��ireri� for tl�e site ta
b� tasted and �►n� vrar�C e�'�ort in�alv�d �s decmed to �e� inciu�ed 'u� the ur�it price fc�r tk�c item
bcing tasicd.
(d} '�'he �on�xIl�tor sh�11 pra►ri�e a ea�y of t��e t�ip ti�lc�t fnr e�tch �aa� �f ft�l nta�er��� deliver�� t�o
�1�� jo� sit�. 'I'h� tick�t s�l� s�re�sfy tlye riaxx�� a� th� �i� s�pplyin� thc �ilj matena�,
�2�. P��IP�R'1'Y �i��`FS�; A��rs� ta �d�a�ent propeity sh$�1 b� znain��in�d at all �imes �xst�ess
otllenvise direcled b}� th� �r��in�c�.
�3. C[]1V�'TRi1CTiD� ��'�E1��L�: �� sf�all b� the scsp�r�sibility of �1�e �ontracior tn furnis� tirc
�gine��, �no� to c�ns�vctio��, � sch.edufe ou��ining the a�kicj��ted �yme e��h p�ss� o� conshvction
wil! begin and bc campie#e�, ir��ludfng suf�`iaier�t time k�cing a�l�v��d for cle�nup.
Z4. S�FETY RTS'���:T�C}l�� -'1�0�{ �iiR �il�II V�LT�t�� �1��.: The fol�owing
prncedur�s �aill bc �ol�ow�d regardin� the s�b�ect �t�m r�n this �or��ract:
pu�a D-6
�
l
{a) � vvarning s�� not l�ss t�a� �ive utck��s b� sev��s incY�c�x pai�ted yc]lo�n+ wi�h b�acic �et�crs that
arc l�gEb�� �t twelvc feet shai] !�e plac� � is��� �e ui e��t �r s Irr�iler �p� ��s���e�v�r�rn-r�g
power s1�nv�is, dri�lir�� �igs, �ile dn�e�s, 8�1 �
s�� s�1�61 r�ad as Follaw�:
{{1�1A1�I�1L�"���JN7..AV4�Y�[JL TO bPCI�,�x'�E '�'�� ��T�'�1��'3' W�T�i�l TFI� F�ET
(�F �C'r�i V�LTI'A�� ��11��."
{b� �#lUIP1Tk�nk t�At in�� bC �pCr�[C�1 W�thiri #� �cc� # b c�c h�aes otr di�pc s�attid �insu��tor �ir�ks�an ���
ca�c-ty}�e o#' guar� a�otat t�te b�om ar �rm, }�
�i�k hood cnr�eotions.
�G`� �?T1 11�..'$SS$T� #[} W{}T�C W{t}13I1 ��il ,�L'G`� I}� }11�T�'I VO���oC ���C�C StiFEBS} notifi�anon �h��� b� g�v�n
thc pow�� company (TC� E1ec�ric ��rvice (somgar�y� w�ic�� v�ill erect t�mporary me��anical
b�rriers, de-��er�,ire the l�� nr fafsa or towe� the lin.e. Th� wox�[ done �}� �k�e po�vcr company
6�t1S� nOt b6 �� #h� �7C�C?1Se O�'thC �i�3+ Q� tr`3� �CTv��CC � m�an� and shall eoord a�fio� ah� �in
�cour�l,e lo� �F ��I such c��ls to TU E�ec
ca�� ��se. ,
��) ��an��act�x is requ�re�] t� r�kte a�rang�me ` n�i� the Can�a�ctor°s o��c��t n expense the
�errxporary �e�oca�ion �r raiai�g uf �i�gt� vo�tag
{�� T�o p�r�an sha11 �v�rk �avi#��n ten �`eci of a k�g11 voltage line w��hou� �ra�ct�an �a�ri�g bcen tak�r�
as out�inc� ir� �'ara�'ap� ��}.
�5.1�VATER I}EP�iR'�'�1+�N7" P�'�- itA�.IN`i�t�l'i'ifll� R��UIl�M�N�`�: Any Gont�ctor
. perfnrming a�Y ��ork a�1 Fc��t V,�or�h water nr sanitary scwes faci�itic� rnus� i�� pr�-�u$l�fi�d vr�tl� �he
1�V�#er i�epa,rtmen� �� perF�rrr� s�c�� work in accor��1 � ei� at oz�s,ures a�nd �pecYfic�#�ons descs��bc�
in tl� cu�rent ��rt 14'art� �'�a��r i7�partn�en# �c�,e �
�b. �l�HT ''�`O �L�DIT: ��ntrac#or �grecs that �hc �ity s�sii, until tho e�pira#ion af l]nfe� �3} y�ars
after final puyrr�ez�t �x.ndcr #hi� �an ��i act �h$ r� a � � �cor� � af t�e�Cos��sactor it�voivin � �an�c .�a �
direct�y pey�tin��t hooks, �ocurn� , P �
�C��tMi4� #p 1}�79 �nncract. �ontrac�or $� and ha 1 bc it o�e�d adeq ate ar�d a prap ste rvor�s� ac
houts �o a�� r��ces�a�y �on��ctor �ac�itt�es Pr
ir� ord�r to co�tdu�t �udils ir� c�xr��rltaz��e wi� ed �u�it�, sio�ss of tin'ss section. `�"hc �i�y s�tail �ivc
�o�tx�ctor r��snn��ie advance r�a��ce of inte�td
(a} �:oz�tractcn ��t��r agrees #o i�ciucle ir� $lt tl� subr,�n�'acts �tcrcK�de� a�ravisio� t� the effc�t �i�at
li�e �z�k�ar�trnctor ���ee l�ial lh� ��ty s�� l�, �� a�d tfte�rigl�tl to cxam�� e�and photo opy�� Y
��ytncm� un,t�cr th� sub�ontrnct, �ave access
dire�tly p�rtincnt lsooks, �ocuroerrts, �ra���s an� reoords af suc� st�bcontrac�o� Mnvo�vin�
#�ar��ac�ious to the ar�bca��ract an� fur�he 1� ��� rovid�d e�de�� gtc and app o� at �w� tt pac� i�
l�urs to �l� s+�bconlrao�or facilities a�d sha �
, order �� conduct �udi#s irr aompliaxticc wi�l�ea nn�ble �dvsrrcetn�# cc��f i��� �d�d aud� sub�eciian
{o � her�of. �ity s�all give subcan�ctor r
Page D-7
{b} �ontractvr and subcontra�torburse �o tra�i�r �ot' the c� s of opies ss fa 1a se rcquestod b� ih�
��ty. iI'I� �ity s�S'e�S t4 CGi1T�
1. 50 c�pies a3i� ur��er $�. �� per pa�e.
�. �+i�r� than 5� cop5e� ��,5� for f�rst pag� �lus $�1.15 f�r �aeh }�age t1�e�ea�e�
(�� "�ontrac�ar agre�e that ti�e �ii�{ �l�ail, �ntil the �x�irattor� of thre� (3� y��ra af�cr �in�l p�yment
un�ex this �'os�tract �tiave access l� ancl ��xe rigi�t to cxa�+vne any directl�+ p��inc�xl boo�,
da�unier�ts, papc�s snci rcco.r�s �£ s�ctx s���ico��ractar, in�alving �ran�actions to the s�ubcart�raflt
�n�l �artY�er, t�at ��t� sl��ll �aa�r� a�co�s ci�aring n�rma� ��+ofldng ���rs ta all appropria�e woAk
s�ac�, in order to con�u�t ��tdits tn comp��ar�ce witl� �hc �rovi��ons o�' �iris a�tialo. �ity ahall give
s�k�car�tiactar r�r�s�n���e advar��e na�ticc of i�t�nded �u�}�s.,,
27. '1'R�1��� �A,�'�T�� �ne Gnntractor m�st ca�npiy wi�� �he ��rtilovc�ing baaic raquit��ment� in order to
desi ar�d
pravidc f�r tlxe ���`e�+ a�d hea��� �� war�Cers in ��ench. 'i�ke ��ntract�r si��,ll dev�l�p, g*�
implerncnt the tren�h ezcaaat�of thef tz�n h sai`�t}r sy #�m a�rd p o � ng '���afe }�lace to w+or�'�for
r e s� x a l z s i b i l i�� f o r t��� a� q u a y
tt�c w�r�auan,
1�� #rc�ah �x�nvati�r� safc�� �r�t�atinr� syst�m s#��lE be ns�d �'ar ali t�e�oh cxca�ations �ecper thar�
five (5) feet. T�r� Exca�a#alg �rrd T�enc�ing O��er�tio� �+Ia��ial o� ��e �e�upat��na� �afeky $n�
1�oal�Yi Adr�nist��tion, 1J.5, D�p�rtmcnt of �.a�ozT si�a�� �e ��e minirr��m governing rcquireme�nt of
thi� it�m and is �ere�y m�de a p��� o#' t�is �p�cifica�ic�s�_ Th� C:onfra�tor sha�lk lI1 �C��113�rl� cam�l�+
ruitl� �� otl�c� a�plaaablc �`ecle�ra�, �tnte a�d �oca� ruies, ��g��at��ns ar�d or�inances.
�c �on#raotor al�alti provid� a1l
�rriis�ing, �esi�ing, Pfavi�it�g
i�cl�xding remnval oFth� system.
met�io�s u�e� for t�e�t�h ex�cavation sa#'eiy prata��on i��luding
�1] z�at�r�ais, t�ols, labar, equipme�t and t�cicicr�tsis �e�essaxy,
�8. S�[JI3SIDy�� V�ORI�: An}r and ail work Fpec��i�a11y gc�ver�ed b� �loc�ua�entau-y r�c�uirenicnts for
tl7c pro�ect a�ci� �s condi#ions ir�p�s�d �y �l�c �'lans, th� (�enerai �ont�$�t Do�ume��Fs c�r 41��sc
�pecisl �an��ract Dac�mea�ts, in w�ich no spccs`fio item f'c�z ��d has been pr�vided fo� �#he Proposa�,
�l�ll be cons��ercc� as a s�b�idiary 'stem nf wor�C, �h: cost af whicf� s��alj be irEcluded �n tne price �i�l
in kh� Froposal, for ea�h bid i#em. ��iface re�torn�io� ar�d cle��p are g�r►�ral itc�n,s �f work, w�ich
�a�l in the ��►t�gory of s�uhsidiafy �ork.
2g. �E,73�'�'Y"�]'T���TS: 'Tl�e spt�ific�►t�on� �'ox �tta#e��ls s�� ��# th� minit'n4irr� st�ttt�ard of y�e�iity w�sc�
�he �i#y bc��eves n�cess�ry to �rocure a satisFa�#ory prvje�t. �o �ub�Eitutiork� vk+i1� �e �ermit��d ur�t�i
t�e �ontraa#or �r$s received wr�tten pern�issi�n ot'tl�a ����n�er to malce a sub�tit�ti�rn #'o� k�e tt�a�e�iat
which h�s heers specaiied, Where thc lerm "or cc��al", or "or �t�rp�n�re�d c�ua�"' is nsc�l, �! is
ur�dc�stood that iF a rr��#er�a�, produc��, �F ��C�� �� C�uipi"ri�t 13�aTil7� k��C �ain� so 11Sed z8 �urrilS�le�, t�
vc�iil M�o apprc�ved, ss the ��rt�cuiar tea�e n�me v�+as �s�� f�r t�e �a�rposo of �st�blis�i.r3� a sta�clsr� of
quality ac�eptal�le to i�e �ity, If a gi'4I�uCt Of arl]� UthGi r�Stt�e iS }}To�OSe{� �Or 1�5�, �he �r�gin�er`s
approv�l thercnf rrk�� be obta�r�cd before t�e �ropv�e� ��st�tnte �s proeuf�d by t,�e �on�ractor.
Wh�re th� tcrm "or ec�ual'", or "c�r ap�raved equr��" is not used in #he �pe�ifca��rt�t��, this do�a n�ot
necessari�y e��luc�c alternative itert�s o� ma�eria� ar cq�tpment wi;ich rrfay acC4�r��j]S�i t13C Inf�rid��
pur�o�e, i-Xo�v��er, the �anlr�c��r ��all ��avc t1�� fu�l rt�s�ons�b�lity nf pr�vir�g th�E t�e p�xs�osed
su�atituti�rs isk xn fact, �c�ua�, and ti�e L�nginec�, as t�e rept'es��ttativ� v� #�e C`ity, sha�l bc �he sc�le
P�g� D-S
j�dge rsF the �cc�p#�bilit� of aubstitutr�3�s. The provi��ona c�F this sub�-sectian a� rel�ted to
'•Substitu�tona" s1�a�1 be a�pltc�ble to a�l sec�io�s of tk��s� s�ecif ca�inns.
30. T�N�i'Qi�I�Y SOil� ERC�S�.��. SE�3��M�i�1'�' ANI� ��A,T�:X� P�����3'�"I�N COI���OL; T#��
Co��rau�or sha�l pr�vi�e ali ��m�x�r�ry soil eros�orG, sedirnc37t snd ��t�r polluRinn aon�ral rnea�ur��
f�rr �� dur��ian of t��e �o�tre�:t iz� �or�pliance �vith �'ed���l ��P�}, S�ic oiF Tcxas, �s1d �ity of 3�n��
�No�th regu�axior�s. Tlx� ter�porary measures fi�ai� in��ur3c sil� feflc��, ter���orary cofls�c�ian
on�a��e�, �i1c�s, darrts, l��r�ns, sediment bas�.r�s, fib�r mats, j�rtc ne��ing, tcmporary sccdia�g, strs,��
mu�ch, �sphalt mulch, plas��c jinc�s, rn�ble liners, b�l�d�hay relar�s, �iice�, �tope cir�ins, ar�� �thcr
�cvices. �uc� p�eve�lion me�surrs s�tiall b� in a�co��dar��e �ii}� tk�e �rth G'�t�rraT }�aras �o�xrc�f nf
��uer��rxe�ts S�n�m �'at�r C3f��i�tv #�,sc A��rta��n�e,�r Praclice,w _�o� �ORS'�T'!i4'�d�l� 1��flV����S. Ali
�ark, �atnrials, and c�uipx�t�nt neces�ary to provide tcm�aorary crosion arn�tro� sk��il be co�s�de;e�
subsidFary to thc �ontzac# �� no extrs �ay vwii� be gi�ren for this wor1�.
��, �ITY l�[TR1�118H�� iT����; Tiye Ci�y sh&til fu�isl� the ��l��wing itcros �or ihe }�ro�ec�: p�l�s, rr3as�
ar�s, cabir�ets, and r.o�t7o�lcr: as shcrvm �� the p�sr�s. i'!�a �ont�acto� sl��il providc a 4:�ritten rr�t�eat
to �Lr. �az� ��ols, 'i`ra��ic �crvices �uncr�ntenr�errt, for tF�ese it�r�s al le�s� '� d�ys in $dvance of ��c
�nntraotar's pFo�c�sed i�s�al�ati�n �at�e, 7"he �o�tr��tor shali picic up t}�ese it�r�a aE #�e �ity's
rvarehou�e lo�a�ed at ��0�? H�rley �ve. or 25�0 Brer►�a�s ��r�et, trayspurk, ar�d insta�l t�em at #�a
�rr�ject �ocat#�n.
'Cl�e C'ar�trac��r v�rill 3ristall t�re ca�inet �nd Eerminate the f�cicl4ui�z��. 'i�e G�ty will inatal� snd tv�rn
�n lhe car�u�Sler.
The C"ol�h�ctor al7sl� furn�s� all ot�iar �abor, et�ui}�n��nt, and ma#eriajs £a� co�atruc�,on �f #he pr�r�ect.
�li in.spect�ori sS�al� �e �y 4�e �ity of i�ort Wnrt�x.
32. ���TI�� 'IIT�LIT��: H s17a11 be tl�� resp�ns�Gslity of #�e �ontr�c#oF �c� d�te�mine Ihc e�ist�nce
of, to vcri�'y la�ations, e�eva���ns, a�d dfinensivns t�� s�d�a�e�t �t��for canflicts`ng �b�yti�s ir� o�r�ef #h�t
�t%ustrriCrttS Curl b� ri]��a� t� p�QV�{�� �daC�tt&t� cjearSnCCS. 'Y'�G �on�ra�ror st�al] preserve ar�d }sr�i�ec#
p�laltc Kxltli�i�s a� ��1 tir��s during c�n��ru�#�n. Any darr�age #o u�lit��s re�ulRin� �i��m th�
Cox�tra��or's wor� shall be s�e�torcd at thc �ontra�tar'� �pense:. Pub3ic utiliti�s ahall bc nnti�ied
w�ren proposed fa�itities con��lia� wri�h existing uii�ilies.
�oi��ra�tor shai� c��tact the fvllowrir�g u�i�i�y companies �48 hours �rinr tv ��ing work at any 2aca�io�:
Lc��e St�r Cras
Saulhwestern 5�e11
�#'�' �.�'
f�iarcus �ablc
�V�stern �Jn�o� �abl�
TU Ele�ulc
��ty of F��t �V�rth Wat�r L7eparr�n��t
��ty �f F�rt Wor�h Tra.�xs�art�i�E�a� an� 1'ubl�c �Forks D��ar�m�r�t
Ti��rc�}x�ic cozr�pani�� per staking�;,
Mete� (2��3} �63-3�A�
1 �8UOM3�1�-8377
�-$��-878-87��
2�6-5�38
{2I4}�3�-1�3�
1�8�D-�33-�j�3
�`� 1-8�75
871�81�0
1f �ny �x�y nf Fort 1�Vvrl1� water utili�y is in tt�c vicini#y 4� � gropose� p�le �ounda�ion {w�thin 3,{i
fect), th� t�e �o�,lructor v�ri�l ha�d �l�g tu ����vc3' tk�� wa��r Fine and v�nf� tlkat t�c �r�}�osed pale
foun�a�o� la��tion is satisf�c#ary,
Pago �-9
T7i� ��c�tis�n and dim.er�siofls shown on tli� plans �e�ativ� tn �xisltng uti�ili�s are bas�d on thc bcst
�r��'orm�irtor� availablc, Tt s�a7l be the Coa��actoF'g res�onsibi�ity to v��i�� lacaii�t�s o� sdja�cr�t
�ndl0�' cartf�lClxng tktl�l#iCS su�tCicfk{ty in �dv��ce af thc �onstfuc{�ot� pracess #�o pr�vE�e a�ec�uate
clearar�ces. T#�ie �o�lractvr s�a11 s�ike �ll r�c�ca��rr �r�cs�u�iorta to pro#ec� al! se�-vfc�s cncounte�red,
1�0 ��yrn��t v�,�ilti be made for uti�tty adjus�inents. Sl��uld the �a��ac#or c�a�nage s�rvic� lines �Lxc t,n
l�is neg]ige�ce, tl�� lines sh�l1 b� �epa�rec� an� ��juated b� the �nntra�tvr n� t�e ��ntra�tor`s �x�ar�sc.
3�. !'AY I'�'�IVI�;
�A1�T 1: �fC�4' .�I�NAL i1+1S't'�L.LATC[��i�; The�e bid itc�ns �onsist of ?��� �ig�al �stallatior�s
a� th� �nt�rsections of Ba��w�r,d �i�fd, J�3ut#or�v�a�d Dr.; I�wy l83 !{��r,a x�.v.; i�icac�arn 81�d.1 T�].
�y:lva�x�a A��. and Spo��nws�o� Ln. !��st�� �`�c�xter �31vd, in a�cordar►ce vvith the pl�ns axxd
sp�cifi�ati�ns, Ivf�as�esrtenE and payrnen� sh�ll bc �sn ihe �asis o� t�e i�ti# pri�ea l�xd a�d s37ail Yr�
Ea�a� c�mpen��iion fv� �'iu��ah5ng all rnaterials, t�ls, ��uigm�.yn#, labnr, a�r� �ny is�oid�nta�s neccssary
t� co�p�ete the woKk.
TrafFsc �i�na1 ins�a�la#�o� shal] be performed w�th new equipm���l; s�me ��' il�e ma�or �yx�i�meni ��all
f�e €urnisXxed by the ��ty uf Fort WotY1t_ The �on�i�actor sl�ali rece�ve thta �c�u�p�r��r,t at th� �ity's
warehati��e la�a#c€1 �t 3�U�3 �ixx��y l�vc, or �SQU B�e�nan Strcc� and truns�art and instal� �t at the
prn�e�� si#e. Any salvag�d or u�nu�ed �quiprr�ent �hal� 1�� d���v�r�� to t�e �fty's wareho�se.
Pagc D-ll
TiZAFFFC SIGNAL SPECIFICATiON
TASLE OF �01YTEIYTS
�ECTION
NUIV�BER
1.0
2.0
2.1
2.2
2.3
2.�
2.5
2.6
2.7
2.8
2.9
2.14
2.11
a.1z
2.13
2.14
2.15
2.16
2.17
2.18
2.19
Z.ZQ
2.21
3.0
3.1
3.2
3.3
3.4
3.5
3.b
3.7
3.8
3.9
D�SCRIPTIUN
GENER.AL SPECIFICATION� FOR
CONSTRUCTION OF TRA�FI�C SIGIVALS
MATERIALS
General Noies
Traffic Sign.al Heads
LED Traffic Signal Lamp Linits
Traffic 5igna1 Head Lauvers
Tra�c Signal Head Moun�ing Hardware
P�destrian Signal Head
LED �ed.esirian Signal Lamp Unit
Pe�iestrian �ignal Head Maunting Hard�vare
Pedestrian Pushbuttan Assemblies
Luminaires
Conduits and Rela#ed Harrdware
Microwave Vehicle Detectors
Video Ve�icle Detection U�its
Detectar Cable
Multi-Conductor Cable
Power Lead-In Cable
Ground Boxes
Traf�c Si�al Structures
Foundations
Hardware Faint {Non Stz'eetscape StrucCures)
Grounding Canductor and Groundi;ng Rod
INSTALLATION OF TR�4FFIC SIGriAL
COMPONENTS
Instalia.tion of Electrical Service
�r►�taliation af Conduit
In.stallation of Cable
Grounding
Veh.icle Detector Loop Instaliation
Concrete Foundations for �ignal Shuctures
Installation of `I`raffic Signal5tructures
Installatian of Signal Heads, Pedestrian Heads and Push
Buttons
Controller Cabinet Preparation
Tra.ff'ic �i,gnal 5pecifications - Part E
City of Fort Warth
PAGE
N[JMBER
3
5
5
6
7
9
9
10
11
12
12
iz
13
16
17
17
18
18
18
2Q
20
20
20
20
2I
23
27
27
28
29
31
31
7anuaty 2002
Page 1
�
TRAFFIC SIGNAL SPECIFICATIOI�
TABLE 4F CONTENTS
SECTION
1�TUMBER
3.10
3.11
3.12
�.0
�
6.0
6.1
6.2
C3
6.4
6.5
7.0
7.1
7.2
7.3
7.4
7.5
8.0
9.0
ia.a
11.0
12.0
DESCRIPTIOl�
Instailatian Qf Microwave Detector Uz�its
Installation af Video Detection i7nifs
�nstalla�ion of Ezz�.ergency Vehiole Detectox Uni#s
INSTALLATIDN AND RELOCATION OF TRAFFIG
SIGNS AND DAMPERS
PRESERVATION OF LANDSCAPING, SPRINKLER
SYSTEMS, AND PRIVATE PROPERTY
REMOVAL OF MISCELLELNEOUS ITEMS
Removal of Trai�c Signal Equiprnent
Removal and Replacement of Ctizrbs arid Walks.
Remaval of Faundations
Removal of Ground Boxes
Rerrioval of Signs
SAMPLING AND TESTIl�TG
Genera] Notes
Cancrete
V�hicle Detector Loops
�ignal Ca.bles
Controller Cabinets
WARRANTIES/GUARAN'I'EES
TR.AFFIC �IGNAL MAlNTENANCE DURING
CONSTRUCTION
B�RRICADES
PAYMENT F�R F[_1RNISHING ANT) INSTALLIlVG
CON`i i�ACT ITEMS
EXPERIENCE AND QLTALIFICATIONS
PAGE
NUMBER
32
32
32
32
33
33
33
33
34
34
34
34
34
35
35
35
35
3&
37
37
38
38
Traffic Sign.al. Speeificatians — Part E January 2002
Gity of Fort Worth Page 2
TRAFFIC SIGNAL SPECIFICATI�NS
1.0 GENERAL SPEC�CATIONS FOR COIVSTRiTCTION OF TRAFFIC SIGNALS
1.1 This specification, the General Conditions and the Special Provisions fbr canstruction in �he
City of Fort Worth {the City), where appli�able, shall govem the rnaterials and installati�n
of traffic canirol signals, including illumination, at the intersectioz�. In the event of a
conflict, the plan set and detail sheets shall confrol,
1.2 This prajeci shall consist of installing mat�rials and equi�ment necessary to complete the
� traffic signal at locations as set out in #he canstructian plan set. The Contractor sha11 fumish
a11 required ma�erials a�d equiprnent n�t provided by the City, and shall instali and shall
, acti�ra,te completed signals anc3/or signal systems in the sequence speci�ied by the City
Traffic Eng�xaeer. The City will issue the ax�ticipated sequenc� of work locataons at the time
the Notice to Proceed is issued.
1.3 All instaIlation work sha.11 be in accordat-�ce vvi�h the applicable sections of the National
Electrical Code (NEC}, local ordinances and regulations, fihese specifications, the standard
detail sheets acccrmpanying �he plans, and thos� applicable sections vf the City's �.t�ndazd
rain (".c►n�truction. In the event that these
specifications should.be Iess restrictive than the NEC, �e NF?[`. shal�l nr�e��ail. Any deviation
from these specifications ar standard detail sheets shall be considered unacceptable unless
authorizad in wri�ing by the City TrafFic Engineer, or designee.
All worl�rnanship shall be of tt�e highest yuality. Finished work shall be r�eat and
uncluttered in appearance. The City wi ll have the authority to bar fronn this proj ect any
Contractor's ernployee whose work is judged substandard and unacceptable by �he project
City Tnspector with a�proval of the City Traff"ic Engineer. The Contractor shall schedule his
wnrk so as to cause trie rninim�im interference with �'affic and the operation of the exis#ing
signal system. �xisting sigz�als may be shut down for modificati�n andlor equipment
installation only with the approval of the City Traffic Engineer or his designee with a
minimi�m nf 4R hrnir nntice.
The Contractor's responsibiiity in rEgard to Traffic Signa� installation work sl�all consist af
the foliowing items:
(A) Furnishing and installing signal equip�ent includ.ing: signal structr.ires, conduits,
ground boxes, signa� head assemblies, detectar units, AC S�TVIC�, conductors,
cancrete, reinforcing steel, forms for structure fout�dafiion.s, grouting materials,
painting materials, detector loop saw cut an.d sealing ma#erials, signs, iruscelianeous
nuis, bolts, and washers, and a11 other miscellaneous equxpment as required to
complete the project, including all necessary barricades or devices �equired to
ma,intain proper tr�c control in accordance wit� the Texas Manual on Uniform
Traffic Contral Devices (TMUTCD).
Traffie Signal Specifications — Part E January 2002
City of Fort Wart�r Page 3
{B) Tnstalling ar�d connecting equipment supplied by the City.
(C) Maintaining existing trafftc signal operations including providing all materials and
Iabor.
(D} Remo�ing arid salvaging existing traffic signal equipment as desigczated in the plazis.
(Ej It shall be the responsibility of the contractor �o perform the follawing at no
additional compensation:
1. Pravent any property damage ta property owner's pol.es, Fences, landscaping,
mailboxes, etc,, and repair any damages.
2. Provide access to all dxiveways dwring ennstruuction.
3. Pratect ail underground and overhead utilities, including sprink�er systems,
and repair any damages
1.4 The Contractor's res�onsibility for correcting any substauda�rd workmansl�ip and/or
materials shall extend fo�t a period of twenty four {24) months fram the date #he signal is
accepted by the City. This workixxanship and materials sha11 include, but not be l�mited to,
si�al pole canstruction, signal head assembly, vehicle detector laops, graund box and
conduit installation, sign.al head and cable insta.11ation.
1.5 The Contractor shall coordinate with the Inspector fo have a qualifiad technician on the
project site when �he traffic sig�a.l. is placed ir�to aperatian.
During the thirty (34} day test period, the City shall be the first respond to any trouble ca11s.
If the City Troubleshooter deternunes that the repai;r� are the result of poor workmanship,
the Contracfor shall complete the repairs. The Contractor shail provi�de a local teleph.ane
number (not st�bject to frequent changes} where t�raut�le calls are to be received an a 2�-hour
basis. The Contraciorr's response tinze io reported calls �hall be wit�iin a reasonable travel
time, bui nat rnare than two (2} hours naa�iznum. Appropriate repairs shall be made wiEhin
24 hours. If, after �urther diagnosing the problem, the qualified �ec�ician dei�rmines the
problem is in the e�uipmen.t supplied by others, the Contractor shall notify fhe Inspector.
NO EXTRA COMPENSATION WII,L BE ALLOWED FOR FULFILL�JNG THE
REQUTREMENT� STATED ABOVE.
1.6 Th� City of Fort Worth, Traffic Services Division v�+ill fixrnish the traffic signal controller
at�d cabinet. The Contractor shall cannect all field wiring to the co�troller asserr�bly. The
Ciiy will assist in de�ermining how the detectnr loop lead-in cables are to he con�ected in
#he cabinet. The City wi11 program the controller, #ha conflict monitor, deiector units, and
other equipment in the con�xoller cabinet and turn on the traffic signals. The contractor
sha31 obtain the sig�ai cabin�t frorn the City of Fort Worth, Traffic Services Divfsion, 34Q9
Harley Ave.
The Contractor shall noti�y the Inspector at least 3-working days priox to picking up the
contraller cabinei.
Traffic �ignal Specifications — Part E �anua�y 2002
City of Fart Wortl� Page 4
1.7 The locatians of traffic signal foundations, bases, canduit, detectors, etc., shown on the
plans are appro�imate. The Cantractor shall give the Inspector 48 hours notice of kiis
intention io esta.blish the fina.l. locatian o� aziy foundations, bases, coz�duit, detectors, etc.,
and have the locations approved on the ground by the Praject Engineer or his duIy
authorized representatzve.
1.8 The lncation ar�d depth of a11 utilities shawn on the plans are approximate and th�re may be
other unkuown utili�ies existing not shown on the plans �hat sho�ld be field verified and
protected hy the contractor prior to ihe start of construction. The contractor sha�l contact the
following utiiity companies 48 hours prior to doing any woxk in the area:
a. Dig Tess 1.-80Q-344-8377
b. City Utility Mains (Water, �ewer) 817-871-8275
c. City Traffic Signals, Street Lights and Storm Drains 817-871-5�00
d. Charter Gable 817-246-5538
e. Southwestern Bell Telephone Entezprise 9800
f. AT&T 1-800-878-871I
g. Western Union Cable 214-939-1930
h. TXCJ Electric 1-800-233-2133
i. TXLJ Gas 214-263-3444.
1.9 Whene�er the work pro�vided for ara.d cozatemplated undar ihe cont�act has been �ouxad by the
Inspector to b� complated to his / her satisfaction on any inc�ividual signafized intersection,
or interconnectec� system of signaiized intersections, as shown in th� plans, %al cleaning up
of said signalized intersection has been performed and the traffic signal equiprnent supplied
by the contrac�or has operated cflntinuously for a minirnum of thirty (30} days in a
satisfaetory . rr�anner, the Cantractor will be released frorn furtk�er mai�tenance Qn that
�articular intersec�ion. Such partial acceptance will be made in writing and shall in no way
void ar alter any terms �f the contract.
2.0 MATEItiAi15
2.i Generai Notes
2.1, l It is the Contractor's responsibility to furnish all materials necessary to complete each traffic
signal instailation, whether the item is specifically me��ioned or nat. All un�pecified
materials {i.e., el�ctrica� tape, bolts, and nuts, etc.) shall meet the requirements of the
National Electrical Code. All materials supplied by the Contractor shall be new
un-depreciated stock.
2.1.2 Certain sections af these specifications list exarriples of acc�ptable brands and madel
numbers of the iiems described. Ttems of equal durability, performance, and desigzi may l�e
substituted upon City ace�ptance. Bidders may be required to s�bmit to the Traffic
Engineering Di�ision information on materials t�ey desire ta fiunish and install. A�ax
�X sha11 be require�. on aIl oth�r equipment furnished. A list of cities, towns, etc.,
Tra£fic Signal Specif cations — Part E January 2002
City af Fort Worth Page 5
where th.e equipment being bid has h�en in field service for at least t�vo (2) years rnay be
required by the City o#' Fort Worth for reference. The list shall contaan names arnd phone
numb�rs of persons who can be contacted for such reference. � Tf the guidelines list�d above
aze not nr�et, the bid and the equipment shall not be accepted.
2.1.3 Lf mare than one unit of a given bid item is requir�d, th�n the Contractor shali ensure that all
units are the product of ane manuiacturer, un_less atherwise directed by i1�e City Traff c
Engineer or designee.
2.1.4 All materials furnished by the Contractor shall become the property of the City of Fort
i Wartk�, effective upon successful cornpletian of a 30 day test p�riod. Except for materials
suppfied by th� City, the Contractor shall have full responsibility for znaterials ux�til the date
of acc�ptance with respect to damage, �heft, ar Ioss.
2.I.5 Prior to final acceptance 1�y the City, the Contractor is responsible for reznoval, replacement
• a�d reinstallation of any damaged material ai the Contractor's expense.
2.2 Traf�c Signal Heads
:!
� Each ixaffic signal head supplied sha�l meet the �ollowiEng requirements:
�� ,
2.2.1 The housing and doors of the signal head shall be made of die ca�t alurninum alloy fn
accordance with A.S.T.M. Specification B85-57T. Sandcast aluzninux�r� allay sha�l be
used �or otber parts of the signal head if in accordance with A.S.T.M. Specification B26-
57T. The visors shall be �abnicaied frnm alumin� sheet conforming to the A.S.T,M_
Specification B-209-57T. AlI miscellaneous parts such as hinge pins, lens clips, locking
devices, etc. shall be made af a nart-carrosive material.
2.2.2 The housi�g of �kbe signal heads shall be constructed of interchangabl� sections. All
exterior mating surfaces shall be flat ta assure waterproof and dust-proof assem�ly of
sections. The to� and bottom of the section� will have an opening approximaiely two (2}
inches in diameter io permit the entrance 4f one ar�d a half (1-%z) inch pipe nipples. Each
section shall have serrated openings ar equivalent, far providing a positive and locked
posrtianing of signal sectians when used �vith serrated mast arm or span wire mounting
brackets.
2.23 The door and Iens housing shall be equipped with a watertight ar�d dust-t�ght molded
neopxene gasket. The door of each signal section shall be attac�ed to the housing in a
watertrght and dust-proof rnanner. Non-corrosive hinge pins and two (2) w�ing screws
will be furni�hed Qn each doar For opening and closing without the use of specia� toals.
These hinges and screws shall be of such design as to allow even gasket pressure.
2.2.4 Each signal head section shall be furnished with a detachable tunnel type visoz- wn.les5
otherwise specified. Visars shall be a minimum af ten (10) inches in length {depth) %r
twe�ve (12) inch signals, oz a nrunirnum af seven (7} i�ches in length (depth) for eight (8}
inch signa! heads where specificaliy call for in the canstruction plans. Visors shall be
attached to the door assemblies in a�anner tha# facilitates field removal and insiallation.
Traffic Signal Specifications — Part E January 2d02
City of Fort Worth Page 6
Visors shall be fabricated from alnminum and shall not forrr� a complete circle and sha1l
have the botiorn open, unless Iauvers are r�quired.
, 2.2.5 Traffic signal refractors or lenses shall be furnished in the standard Red, Atnber and
Green con�'iguration as specified by the TM[_JTCD. A11 lenses sha.11 be designed and
canstructed fio meet or exceed the color and ligh� distribution specifications established by
the Institute af Traffic Engineers (TTE Report #1) and tih� American Standards
� Association (Na. Ia.1-1958 UDC 656.057}.
2.2.6 Lenses shall be constructed of glass �d capable o£ wi�thstaz�d��g cantixznous illumination
� with a 1S0-watt lamp i� twelve (12) inch signals and a 94 watt lamp in eight (8) inch
signals. A clear, durable and unmistakable marking sha11 be pro�ided on eack� lens as to
, its proper orientatian {top or battom).
2.2.7 Tra�c signal reflectors s1�all be a one piece, sp�,u�. aluminurn, assernbly freated with an
ALZAK pracess. Reflectors sk�all be maunted either on the doar or housing ,of the signal
section in a manner that will faciiitate lamp replacement. The reflector shall conform to
the requiremants of the Institute o�Trat�ic Engine�rs Report #�.
2.2.8 The lamp sockets shall be ins�Iated and shall be adjustable for positioning the lamp
filament without using tools. The receptacle shall pre-focus�d by s�curely holding the
lamp center at the focal poiz�t of the reflector. Pigtail leads shaIi be provided from the
socket to the terininal block provided wiihin the signal head.
2.2.9 A ternunal block shall be provided with each signal head for facilitating field wiring. The
pigtail ieads frorn th� latnp receptacles shall be conn�eted to a common terniinal block
within the head asserrzbly. Each terminal b�ock will be at least a six {6) position, twelve
(12) terminal strip securely iast�ned at both ends to the signal housing.
2.2.10 Al� traffic signal heads shall conform to the requirements of the T�xaG Marn�aJ._�
TTniform C"ontral evYces, 19A0 in color and ax�ra.z�gexnent. The hausing and outside
surface of the visars shall be "Federal Yellow'° in colnr. The inside surface of visars shall
be a"Dull" or "Flat-black" calor. Tbe outside surface shall hav� a minimum di t�vo (2)
coats of baked chrome yellow ena�nel (TT-C-595E1310), Munsell notation O.YP
' 4711513, per FA.A Specification L-802-B and ASTM D 1535.
�.3 LED 'Traffic Signal Lamp Unit
2.3.1 This specification descr�bes the minimum acceptable design and performance requirements
for a 12 zn. {300mmj or 8 in (200 n:�rn) LED (light emitting d�ode} traff�c signal lamip unit.
The equipment furnished shall conforrn t� these Speci�tcations. Further, the equipment
shall canfarm to the applicable requirements of: the Underwriter's Laboratory
Incorporate {UL); the American Soeiety for Testing and Materials (ASTM); the American
Standards �nstitute {ANSI); the National Electrical Manufacturer's Assoeiatiaz� (NEMA);
and other applicable siandards and specifications.
(A) The LED traffic signal lamp unit shall be desig�e� to retrofit e�isiing traff'ic signal
housings without the use of any special tools.
Traffic Signal Specifieations — Part E Jativary 2002
City of Fort Worth Page i
(B} Instailation of a retrofit �replacement LED traffic signal lamp unit inta an existing
signal housing sha.tl only req�ire removal af fihe existxng iens, reflector, and
incandescent lamp, fitting of the n�w unit securely in the housing door, and
cannec#ing ta existing electrical w�z�g or �ernlinal hlock by means of simple
evnnectors.
' {C) If �roper orientatian af �he LED unit is rec�uired for aptimum perfonnn.ance, a clear,
durable and unmisiakab�e marking shall be provided on each lens as to its prflper
orientation (top or bottom).
(D) The man�afaciurer's narri�, serial number and other necessary identification shall be
, permanently marked on the backside of the LED traffic signal lamp unit. A label
, � shali be placed on the unit certifying compliance to ITE standards.
2.3.2. Physical and Mechanical Requirements
(A) The LED traffic signal lamp unit shall fiilly coz�.form to Institute of Transpartation
Engine�rs (ITE) Equipfrtent and Materials Standards, Vehicle Traffic Control
Szgn� Heads (VTCSH} part 2: LED vehicle Signal Modr�es and Texas Department
of Transportation (TxDOT} laiest specification.
23.3 Docuznentation Requirements
(A) Eac� LED traffic signal tamp unit shall be provided with the following
documentation:
(1) Cotnplete and acc�rate installation guide.
(2) Contact narne, address, and telephone nuanr�ber for the representative,
manufacturer, or distributor for warranty repair.
{B) A copy of a t�st report certi�"ied by an independent laboratory that the LED traf�c
signai lamp model submiited meets a11 the requirements of khese specifications in
' 1 accordance with ITE VTSCH Part 2.
T
� 2.4 Si�nal Head Louvers
2.4.1 � Louvers shall be provided for thos� signal seciions indicated in the pl�s. AlI iouvers
shall b� of such design as to provide visibilaty of the lens for the intended lane ��traiffic
as indicated by the pla.ns and blflck �'rsibility to all other lar�es.
2.4.2 T�.e infiernal arrangement of each louver shall consist of 5 vanes ar 7 baffles with 7 degree
cut-off right af center, or unless speczfically call for ui the plan set. All louvers or baffles
shall have a flat black finish. Each louver ar baffle shall be of suitable weight and size to fit
inside ti�e full circle visor fumished for the intended signal section.
2.43 Lauvers sha11 be secured by rivets to the visor. Baffles shall be secured by sponge O-rings.
Traffi.c Sig�al Specif cations — Part E January 2Q02
City o�Fort Worth Page 8
2.5 Traf�c Si�uai Head Movnting Hardware
Each mar.uiting hardware asse�nbiy shall be a universa�ly adjustable signal bracket, meeting
the following reqltirements listed b�1ow:
2.5.1 The bracket shali allow for traffic signal head ro�ation about the braekef a�cis, ro�ation about
the supportin,g member �ci�, rota�.on an tY�e vertical plan�, and sliding of the support tube
against the br�cket carnnection point an the supparting memlaer.
2.5.2 The bracket shall be attached to the supportin� structu�re with a stainless steel bat�d or cable
capahle of withstanding l OQ KSI tensile s�ress.
2.5.3 The bracket attachment to the signal head sha11 assume rigid connection thr�ugt� the ends of
the sigz�a.l head and fi� the brand of signal �ead supplied by th� Confractor on this proJect.
2.5.4 The bracket shall be af the type to accept the nurn.ber of signal sections spec�fied in the
plans for each signal head.
2.5.5 Bath ar�ns of the bracket shall be cast from aluminuna alloy and be secured abouk their
rotatianal �is �y set screws. TY�e arm an one side of the tube sha11 be internally threaded to
�� accommodate the ihreaded support tUbe.
,I
2.5.6 The ent�re assembly s�iall be capable of securely supporting a signal head under 84 mph
� wind loading conditipns on. the attached member.
2.5.7 All parts used in this asserz�bly shall be made of corrosion resistant material ar be coated
vvith a corrosian resistant finish.
2.5.8 A wiring channel or path shall be provided tha# allows tiie wiring from the supporting
member (signal arm or pole} io the signal head io be cornp�etely concealed within the
mounting assernbly.
2.5.9 �Each bracket sball6e fi�m.ish.ed camplete with th� �ecessary hardware for installation on the
signal supporting member.
�.5 Pedestrian SignaI Head
Each pedestrian signal head must meet the follawing requirements:
2.b.1 The maximum dimensions �f the signa.l head shal.l be:
18 1/2 in. (470 tnm) r�vide
18 3/�4 in. (473 mm) high
9 in. (23Q mm) deep.
Smaller siz�d pedestrian heads may be specifically called for in the construction plan set.
Traffic Signal Specifications — Part E
CityofFart Worth
January 2002
Page 9
2.6.2 The housing and donrs of the pedestriar� head sha11 be made a�die cast aluminum alloy in
accordance with A.S.T.M. Specification BSS-57T. Sandcast aluminum alloy shall be
used for other parts of iha signal head if in accordance with A.S.T.M. Specification B26-
57T. The casing oi the head shall be a one piece with fvur (4} iniegrally cast hiuges to
provxde for aperation of a swing open doar and thumb-screw lockir�g devices. The casing
shall be yellow in color.
2.6.3 Each pedestrian signal door sha11 Ue designed with adequaie hinges and latch slots to
provide swing open doar opera�ian and thumb-screw locking devzces.
2.6.4 AlI associated pins, screws, bolts, and nuts shall be made af stainless ateel material to
i'�SISt Cp�OSl.0i1.
2.6.5 The entire signal head asserrxbly shall £arm a dust and weatherprpof unit a.fter installation.
.� 2.6.6 Each signal head shall be compati�le wxth the mount�g hardware as stated in these
speeifications.
2.6.7 The optical uriit shall include polycarbonate lens designed to display a unifarm, bzight
alternate symbol rr�essage hand for "Dan'i Walk" in partland orange and the symbol man
walking for "Walk" in lunar white.
2.6.8 Each pedestrian head sha�l include a 1-1/2in. (40 rt�n) deep polycarbonate egg crate visor
with impregnated flat hlack color, designed to eii�aninate the interference of sunlight and to
allaw clear visibility of flie messages.
2.7 LED Pedestrian Signal Lamp Unit
LED pedestrian indications must meet the follovving zequirements: The equipment
fii�rnished shall conform to these Specifications. Further, equipment supplied shall
conform to th� applicable requirernents of the Underwriter's Laboratory Incorporate
(LTL}; the American Society for Testing and Materials (ASTM); the American Standatds
Tnstitute {ANSI�; t�e Natior�al Electrical Manufaeturer's Association (NEMA.}; and other
applicahle standards and specifications.
2.7.1 General
The single cambination WALK (man) and DON'T WALK (hand) LED unit shall be
designed to retrofit existing pedestrian signal housings without f1�e use of any special tools.
(A) Installation of a retrofit replacemen� LED traffic signal lamp unii inta an e�isting
signal hausing shall anly require removai of the existing lens, reflectars, and
incandescent lamps, fitting of the new uni� securely in the housing door, and
connecting to existing electricai wiring ar terminal block by zneans of simple
connectors.
Traffic Signal Speeifications — Part E January 2002
City of Fort Worth Page 10
(B} If proper ori�ntatian of fih� LED unit is required for aptimum performance, a clear,
durable and unmistal�able �.aarki�ng shall he provided on each lens as to its proper
orientation (top or bottom}.
(C) The �nanufacturer's name, serial number and other necessary identificaiion shall be
permanently marked an the backsid� of the LED iraf�'ie signal lamp unit. A label
shall be piaced on the unit certifying complia�c� to ITE s#andards.
2.3.2. Physical ax�d Mechanical Requirements
(A} The LED traffic signal laxnp unit shall fi�ily conf'orm to Institute of Transportation
Engineers (ITE) Equipment and Materials Str�ndards, Vehcicle Traffic Control
` � Signal Heads (VTCSH) part 2: LED vehicle Signal Modules and Texas Depariment
of Transportation (T�DOT)latest �pecification.
: 23.3 Documentation Requirements
(A) Each LED traffic sigual laznp unit shall be provided with the followin�
documentation:
• (1) Complete and accurate installation guide.
(2) Contact name, address, and telephone nnmber for the representative,
' f manufacturer, or distributor for warranty repair.
,`
(B) A capy of a test repart certified by an independent laboratary that the LED traffic
� 4 signal larnp modei submitt�d rneet� a11 thc requirements of these specifications in
' accordance with ITE VT�CH Part 2.
2.8 Pedestrian Signal Head Mountiug Hardware
Each pedestrian signal head moun�ing hardware must m�et the following requirements:
2.8.I The pedestrian signal head mounting hardware shall be the clamshell maunt type.
2.8.2 The subject rnounting hardware shall be a two piece, cast aIuminurY� alloy assembly. The
two separate castxngs shall be join�d in the final assembly by the use of stainless steel
spring pins.
2.8.3 The pale half of kl�e assembly shall be desigr�ed to adapt to a wide range of pole
confi�nzraiions {4 inch ininimurn diameter).
2.8.4 Unit construction shall allow band-it type maunting. Band-it ty�e mouniing shall be
perz�itted by two recessed slats near the top azzd bot�om of t�e pale hal�of the assembly.
2.8.5 The pedestrian assembly shall be capabl� afbeing mounted on th� pol� by lining up the
mounting pins of the pole half with the txiounting ears af the pedestr�an assennbly and
Traffic Signal Specifications — Part E January 2002
City of Fort Worth Page 11
lowezing it into position.
2.8.6 Three sets af screvcr terminal pairs shall be located on a terrninal bloc� in the upper third
of the head half of the clarnshell assembly.
2.8.7 A closed cell neoprene sponge gasket shall be provzded on the mating surfaces of the two
hajves of the assc:mbly io compete tY�e rain-tight construction.
2.9 Pedestrian Pnsh Button Assemblies
2.9: l Pedestrian push butkons shall be constructed of one piece cast a�uzx�.inum, and include a push
button swi�ch, sign frame, anc� si�n.
� The pusY� button sha11 be activa�ed by a n:ii�aimum of 2 i�n. (50 mm) convex, ADA complian#
plun�er. The plunger sha11 be designed to deter vandalism. The push button housing and
sign frame shall have a federal yellow, corrosion resistant finish. A 3/16 in. (Srnm) drain
ho�e shall be provided an the bot�om af the housiz�g assembly.
29.2 The housing �of the push button switch shal� be completely dust and moisture resistant.
2.9.3 The sign frame for each assembly shall accept a mini_mum 5 in. x 7in. {130 mm x 180 mrn)
; sign.
l
29.4 Tk�e sign shall have a white reflective background with black lettering and border meeting
; the graphica� az�d textural requu'emez�ts as speci�ed on the plans.
2.9.5 Curved back assemblies shall be provided fnr mounting on raund pales a£ 4 in. to 15 in..
(100 mm to 380 mm} in diameter. �
2.9.6 All signs shall have black two-way d'zrectional arrows.
�.10 Lurninaires
2.1Q.1 When lwnninaires are ta be insta�led on steel rnast a�m pales, a separate fiisetron liink shall be
provided in the signal pole access compartment. The conductors from the pole base to the
l�.uninair� shall be #8 XHHW wire. Lununair�s skall have a muli�-tap (120 / 240 volt)
ballas�.
2.10.2 The lumu�aue head shaii be a`cobra' type with. d�rop lens. Each unit shali come with a�hoto
cell switch mounted on iha top. Each luminaire sl�ll contain a 200 wati Iugh pressur�
sodiuzn bulb.
211 Conduits and ReIated Hardware
2. � 1.1 Conduit: AIl polyvinyl chloride conduits, including elbows and coapiings sha1� be schedule
40 PVC conduit, conforn�ing to Federal Sp�cificaiion W-C-lp94 and Underwziters'
Laborataries, Inc. Standard UL-651. Ali canduit sizes shall be as indicated on the plans.
Traffic Signal Speci�ications -- Part E January 2002
City af Fort Worth Page 12
2,11.2 Rigid metal: Rigid rnetal conduit shall be steel, hot-dipped gal�anized inside and outside .
2.11.3 Weather heads shall be made of aluminu�n and may be the threaded or th� clamp o�n type.
2.12 Microwave Overi�ead 1 Side�mounted Vehicle De�ector
2.12.1 General
{A) This itenn shall govern far the minirnum acceptable design and installakion
requirements for an overhead ar side-mounted micrawave vehicle presence
deiector. All equipment requirad to inierface wiih a traffic signal controller will
be subsidiary to th.is pay item,
,1
{B)
(C}
The uurt shail detect the continuous presence of every type of vehicle.
The hor�zontal ra.nge far detection �hall be from a minirnum of 1 ft. (300 mrn) to a
m�imum of 80 ft. (24,440 mnz) at a mounting height of 20 feet.
(D) The sensar shall be able to hold the detection unfil the zone is cleared.
Additionally, the sensar shall be able to tune-out statianary targets thaf remain
within the detection zone for a rninirnum pragran��nable time with one (1) minute
resolutian frorri one {I) to thirty (30) minutes.
(E) The sensor sha11 self-tune to its detectian zone with no extern�.I adjustmen�s other
�han physzcal alignment after the initial set-up. There will be no h��ai�a.g conC.z'ols of
any kind which will require az� operator ance tbe unit has been properly installed
wxtla �he set-up software.
�F)
{G)
Th�; detector output must be dire�tly compafiible with the controller cabin�t
detectar input.
The detectar sb.a11 be capable of continuous operation over a femperatuxe xange af
-35Fto+165 �(-31 Cto78C).
2.12.2 Funetional Requirements
{A) The microwave unit must have F�derai Communications Commission (F.C.C.)
certification. The FCC-ID number must be displayed on an external label. The
detector will operate af a frequency, as allowed under the F.GC. Ru1es, Part 15.
(B) Cabinet power utilized by a detector power supply will range from 90 to 135
VAC. Th� detector will be self-contained. The power supply sha11 be an integral
part of the unit. E�ernal povcr'er supplias shall n4i be allowed.
(C) The unit wil! �ave an electro-mechanical SPDT relay to send a signal to the
controller.
Traffic Signal Specifications — Part E
City of Fart Worth
7anuary 2002
Page 13
(D) No cornponent shall be of such design, fabrication, nomenclature or other
identification as ta preclude the purchas� ai said campanent from any wholesale
electronic distributor.
(E)
{F}
The unit must employ a circuit for power failuxe to put f.he relay to a fail-sa�e
position (recall) during a power fa.ilure.
The detector must have a moniioring circuit for the transceiver that will change
the output relay ta the fail-safe position in the event of a component failure.
(G) The detector shaIl wark either as a side of tha pole mounted detector or as an
overhead mounted detector at a height ;range oi 12 ft. to 24 ft. (3650 rnm to 7300
mrn).
{H} All set-up and diagnostic soflware shall be provided io run on a Wi�adows 95,
WT72CIOW5 �S, or Windo�vs NT based operatir�g system.
2.12.3 Mechanical Requireznents
(A) Each sensor sha11 be enclosed in a finishad fabricated plastic and aluminum
chassis with a mzzumuxn 4 in. {1.�0 zz�m) wide by 5 in. (130 �nm) high froni plastic
panel. The front piastic panel shall be const�ructed of a high iznpact plastic that
cdvers the opening in front of the anteru�a.
(B)
(C)
{�)
(E)
(F)
Each detector chassis wi11 be water resistant without the use of silicone gels or any
o�her mafierial tha� will deteriorate undez pralanged expasure to ultraviolet rays.
The printed circuit boa�rd shall be caated with a solder mask material that resists
moisture and fung�s. The solder mask shali have a silk screen to provide a label
for each companent on the printed circuit board.
The sensnr shall be fitrnished with a brack�t designad to mount directiy to a pole
or overhead rriast�arm shucture.
The sensor shall interface with �iae set-up software via a RS-232 port with a baud
rate of 1200.
Th� maximum size of the detector shall be:
Haight: 5.00 in. {240 mrn}
Width : 4.25 in. {l 08 mz�ri)
Depth : 10.50 in. {270 mm)
2.12.4 Functional Tests:
wl mo�ting bracket
(A) The manufachtrer will test a11 anicrowave uniis to insure compliance to all F.C.C.
and depariment specificativzas.
Traffic Signai Specifications — Part E Jar�uary 2002
City o� Fort Worth Page 14
� 2.12.5 So#�ware
(A) The set-up software shall be menu driven and shall utalize a Windows 95,
Windaws 98, ar Wiradow� NT type format far opErating tk�e saflware.
(B) An on-�ine help shall be provided as an integral part of the system softwaxe.
(C} The operator shall be ablc to perFnrm the following functions throug� the set-up
softwaxe:
1. '�iew a deteetion output fion:� the unit.
2. View a low microwave signal from t�e unit.
3. Program the average intersectinn cycle time in the
set-up soflware.
4. Program the presence time-out in one (1} minute intervals from one (1} to
thirty (30} minutes.
5. Program a delay tirne from zero (D) to twenty-five (25}, seconds in one (i}
second intervals. 0 = off: � �
6. Program a delay inhibit time frnm zero (0} to twenty-fi�e (25) seconds in one
, {1} second intervals. 0 = off
7. Provide a quick re-�une feature for re-tuning in an �xpeclited fashion under
ideal background conditions.
(D) The operator shall be able to perform the following advanced program functions
through the set-up software:
l.. Select and program a n�w sensor I_D, fax each sensor.
2. Prograxn a response time far the s�nsor.
3. Program a hysieresis value from a selection Q�
Low, Medium, or High
4. Parogram a profile va�ue far each sensor.
(E) The operator shall be able to view the signatiu�e of tbe microwave and the
deviation paraineters af the microwave for each sensor through the set-up
�oftware.
Traff c Signal Specifications — Part E r�uary 2002
City tiiFort Wort� Page 15
Z.12.5 Documents
The Manufacturer shall supply an hardware znstallation guide and a software set up and
user manual.
�.13 Video Detectian System
2.13.1 This specification describes the lnini�muxn acceptable design and perforrnarnce
requirements fox a video detection spstem ta be fiinnished and installed in th� City of Fort
Worth, Texas for ihe Tran�portation and Pt�blic Works Department. The Cvntractor shall
fu�rnish all labor, materials, equipment and incidentals necessary to pro�ide a video
detection systern.
2.13.2 The equipment fiirnished shall con£ortn to these Specifications �and conform to the
applicable requirements of: filie Underwriter's Laboratory Incorporate {UL); t1�e American
5ociety for Testing and �a#erials. {ASTM); the American National Standards Institute
{.A.�Sn; the National Electrical Ma�ufac�urer's Assoeiation {NEMA); The Institute of
Transportation Engineers (ITE), and other applicable standards and specifications.
2.13.3 The Gontractar shall fiunish and install a functional Vid�o Detection System. The
system shall detect the presence of vehicles on all approaches of the inte�section and be
operationally compatible with controllers and conflict monitors curr�ntly used by the City
of Fort Worth.
2.13.4 The Video Detection Systam shall be equal or equivaleni to the items listed in item 2.13.'1
below. Any video detectian system proposed by the Contractor must m�et �.11 functions
provided by the system components li�ted.
2.13.5 The video de�ection camponent of this system is gEnerally cornposed af color catneras,
�ideo processors, and assaciated hardware.
2.13.6 Each video card shall be a single board u�t, vvit� the video input caming in on tbe edge
cor�n�ctax. The card shall take up no more than two slats an an Enput file. Each card
shall work in any type detector rac�, TS �, TS2, ar Type I70.
2.13.7 'Video Detection System Compvnents
Ifena. Descripfion
i Video Processor Unit, Card Rack mounted;
2 32 PIN V� cables for Type 3�2 Cabinet, ifnecessary
3 Installation, set�up ax�d user manual
4 Color Camera -- Zoorn with Sunshield
S Ca�nera Zoom Control
6 Camera Mounting Bracket, Felco Model AB-Ql�C9-5-b�.
7 Camera Interface Paalel
S EDCO C� D6 Coax Protector
9 12 BNC Connectars and 1400f� cabl� {West �enn 2815)
IQ Setup Keypad, or any required set equipment
Traffie Signal Specificatxor�s — Part E Janua�y 24q2
City of Fort Wartti P��e ��
11 Field Setup Monitar
12 Installation Assistance and 1 or User Training (Days}
2.13.8 Warranty and Documentation Requirements
The Video Detection Systeu� shall be warranied against fa.ilure t�ue to warlcmanship ar
material de%cts within the first 2 y�ars of field aperatian.
2.1.3 9 If any one component faiis, it should be easily idEniifiable by visual inspection
and replaced or repaired per the vva�ranty.
2.13.10Each camponent shall be provided with the foilowing documentatian:
, 1 (Aj Complete and accurate i�stallation, set-up a�d usars �uide.
�
(B) Contact name, address, axid telephone number for the representative,
�anufacturer, andlor distributor for warranty repair.
2.13. i 1 Measurement and Payment
Tbe Video Detection System Installat�on will be measured as a cornplefed installation and
payment will be made at the lump sum price listed on Proposal. The luanp sum price
shall be full campensativn for furr�shing, �lacing, and testing all materials and equipment
and for ali taols, Iabor, equipmezat, and incidenta.Is �.ecessary to complete the work.
Portions of the work t�at have not been approved by the Inspector will not be considered
co�cz�plete, and paymen� shall be withheld untzl the C�nFxactor has corrected the work to
the satisfaction of the City Traffic Engineer ar designee.
�.14 Detector Cable
2.14.1 Detector Loop Wire:
All detectar loop wi.z`e shal.l be #14 AWG, or better i� zequiured on t�e iza,ffic signa� layout
sheei, stranded, type �IIIW one (1} canductor cable.
2.14.2 Detector Lead-In Cable:
Loop detector lead-in cable shall be a single four (4) conductor No. 1$ AWC� shielded
cable. �ne (1) cable sha11 service eac�a Ioop wher� practical.
2.�.� �'iulfi Con.ductor Cable
� 2.15.1 All cable for int�rsection signa�izaiion sha11 be multi-canductor capable of operating at 600
' volts max�num, and surtable for use at conductor teznperatuz�es nofi exceeding 75 degxees C
(167 degrees F).
2.15.2 Multi-conductor cable, shall be either stranded IMSA 20-1, #14 1�WG, stranded copper
wire, IMSA 7-I, #16 AWG, strand�d copper, or IMSA 5-1, #16 AWG, st�and�d copper.
Traffic Signal Speci�cations — Part E January 2002
City of Fort Wart� Page 1'�
The copper wire (before insulating) shall mEet the requirements o� the latest Arnerican
Society for Testing and Materials (ASTM} standards for uncoated wire.
2.16 Power Lead-In Ca�ile
2.16.1 Power lead-in cable shall be. stranded RTTW copper wire and suitable for A/C eiectric
serv�ce.
2.1G.2 The cabie sha11 be capable of operating at 60Q volts maximum and s;zitable far use at
conductor temperatures not exceeding 167 F(75 C). Material a�d construction shall be in
� accardance with the applicable requirements of IMSA and NEC standards.
2. � 6.3 Conductors shall be stranded, anueal coated copper. Copper wize befare insulating or
stranding, shall me�t the requirements o� the latest eclition of ASTM B-033 (for coated
wue}. Sbranding �hall be class B, in acco�rdance with the latest edition of ASTM B-8.
2.16.4 Insulation shall cansist of cross-linked thermosetting polyethylene, meeting the
xequiz�ements of IMSA and listed by UL as type USE RHW--75C.
2.17 Ground Soxes
2.17.1 General Requirements
All ground bo�es speci�fiied for use at signalized intersections sha11 satis�jr the following
general requirements:
(A) The top s�arface of the ground box cover shall have a xnanzmuzn co-efficieni of
frictian of O.S.
(B) Boxes shall be stackable for extra h�ight.
{C) Boxes shall be manufachued fro�-n Reinforced Polymer Concrete (RPM) composed
of borosilicate glass fiber, a catalyzed polyester resin and an aggr�gate. Side walls
may be reinfarced polymer.
(D) Enclosures aud covers shall be rated for a nriinimurn �f SDQQ lk�s. strengfh over a 10
in. (2Sd rn�n) x 10 in. (25d rnm) area. All components shall be designed and tested
to withstand temperatures as low as -20 F(-4 C}.
The size and dimensions of the required ground bnxes shall be shown an ti�e Grow�d Bax
and Detectar Details sheet in th� pIan set
�18 Traffc Sig�al Struc�ures
2.18.1 Unless specifically required in the constructian plan set, dll trafFic signal naast arm polcs
shall be �sk�ed by tlie Ciiy. I£the plans call for traffic signal structures to be supplied by
the Contractor, then the strict compliance with the designs, dimension, sttength, az�d
material quality specified in the standard datail sheets and the canstruction plan set si�all be
Traffic Signal Specifica�ions — Part E 7anuary 2002
City of Fart Worth Page 18
exercised ta assure structural consistency oi al� companents.
2.I.S.2 AIl pole shafts a.nd mast arms for this project sha11 be marked with the identification
nurrabers from the tra#'fic signal layout sheets on the plar�s to facilitaie assembly of these
iterns in the field. For projects with multiple i�tersections, the pole shafts and mast arms
shali be identif ed by intersection.
All steel rnast arms ranging above 36 ft. (11.0 1V�) to �0 ft. (17.8 M) in length shall be
provided with aluz�n.iut�uzn vibration dampers.
All components af Traffic SigYal Structur�s listed in this subsection shall be hat dipped
gaivanized to resist corrosion, unless otherwisa requiured in the construction plan, set or bid
documents.
High Strength Galvanized Siee1 Bolts: T'he allowable waxking stresses far A32S bolts shall
be .given in the AASHTO Streetscapa Structure Specifications for Stn�ctural roints using
ASTM A3250-N �r A490-N bolts.
2.18_2 Mast Ar�n Pole Shaft
Each traffic signal mast arm pole shall be fabricafied from �. one piece high snengt� steel
sheet, and sha11 have no more than two longitudinal full Iength high frequency resi�tance
� welded joinits aa�d no horizontal r�relded jaints except ai the base of the pole. A11 �velds sha.11
have a smaath and consistent external surface appearance. All traffic szgnal poles shall
I have a unifozx� tapez. AIl poles shal� hav� a minimum of 50,000 PSI yield streng�h. Cold
working the steel to attain the 50,000 PSI required y%eld st�reng�h is not acceptable. The
certifications from the vendor on the steel rtaust indicate a minimurri of SO,Q00 PSI yield
� strength af�er fabrication.
;
2.1$.3 Mast Arm
, Each tra�fic signal rnast arrn shall be eonstructed from a one piece high sirengih, steel sheet
with a gua�anteed minimum yield strength of 50,000 PSI. A�-ms ovear 44 ft. (12.2 M� may
� be two piece but shall arrive at the job site and City yard as �velded one piece. The
certificaiions from the vendor on the steel must indicate a minimum of Sd,000 PSI yield
strengkh aftex fabricaiion. Cold working the steel to atta�n the 50,4fl0 PSI required yield
� strength is not acceptable. All nnast arms sha11 have na more than tr�+o longitudinal full
lengti� high frequency resistance welded joints. All welds shail have a smooth and
cansistent external surface appearance. All mast arms shall have a unifar�n taper.
2. i 8.4 Lu�ninaire Arm
All luminaire arms shaIl be fabricated in accordance with the pole detail she�ts included on
the plan set.
2.18.5 Pedestal Structures
All pedestal structares for maunting pedestrian signals or median-mount traffic signals shall
Traffic �igual Specifications -- Part E Jax�uary 2002
City of Fort Worth Page 19
he furr�ished with a transformer base, pole cap, and all necessary k�a.rdware for propex
installation. Height of pole shall be set in the constructia�z plan set, but shall not exceed �5
ft. (4.6 M}.
2.18.6 All o�her �ardware necessary for complete installatio�. of traffic signal struciures, i.e.,
simplex plates, pale caps, transfarmer bases, anchor balts, etc. shall be hot dipped
galvanizecl and conform to tl�.e design, dimension, and s�rength requirements of said items
as i�zdicated on the Traff c Signal Pole and Mas# Ar�n Assembl� detail sheet. All hardwar�
shall be packed on a p�r pale basis.
�.19 Foundations
2.19.1 All �oundations shall be built in accordance with the rsquiremenis stated in tl�e standard
detail �heets of the plan s�t.
2.20 Hardware Paint
2.20.I The paint to be applied to existing non galvanized traffic sig,nal sirtzctures shall i�e a d�abie
iodized alk�d enamel with high gloss finish, The drying time shall be approximately three
hours with an a�erage dry �ilm t�ickness of 1.4 mil. The paint quality shall allow for
application nn surfaces at temperatures as low as 20 F{7 C).
2.20.2 Hardware paint color shall as ca.11ed for in the construction plans set ar bid documents.
�.�1 Gronnding Conductor and Graund Rad
2.21.1 The grounding conductor shall be a#8 AVL�G solid copper wir�. The conductor shall be
bonded to all grpund rods.
2.21.2 Grou.n�i rod �Iectrodes shall be copper-bonded steel be�ng at least 5/8 in. (16 mm) in
diarn.eter. A.11 ground rods shall be a minitnum of 8 ft. (2.4 M).
3A INSTALLATION OF TRA.FFIC STGNAL COMPONENTS
3.1 lnstallation of Electrical Service
3.1.1 The Contractor shall install all electrical service connectians including conduit, pole risers,
xneter base, breaker box, breakers etc., in accorda.nce with NEC statxdards and
specificatians. Installation of conduit and wire in to ihe Power Caxnpany vaults shall be
per the Pawer Company specificatians.
3.1.2 Unless otherwise called for in the plans, the power conneetion sha11 be mad� to a 124-2�D
valt, two-phase, 60 cycle AC supply. The wire used for th� povc+er connection shall be #8
AWG oz better (if specif cally required on the traffie signal layout plan sheet) stranded and
shall be insulated for six hundred (60�} volts. One circuit shall supply the con.troller cahinet
and th� other shall. supply any roadway lighting. The grounding w�re shall be bare co�per,
Traf�fc Signal Specifications — Pa�-t E January 2442
City af Fart V�74rth Page �0
#he cornmon wire shall be white-caded and the pawer shall be black-coded.
3.� Instal�ation of Cunduit
3.2.1 The Contractor shall provide and install �nderground cable faciiities requi�ed to cvmplete
ihe canstxuciion p�an set. The Contractor will be required to coardinate with al� locai u�ility
coanpanies, long distance communication companies, Czty utilities, railroad compar�ies, and
i Dig Test if applicable, to ascertain exact locations of conflicting undergroua�d services.
3.2.2 The locafion of conduits and ground boxes are diagramuiatic only an.d may be shifted by the
� Inspector to accomrnadate �'ie�d conditions.
3.2.3 When Baring is used for under pavement conduii insiallations, the m��ixnuzn allowable
� over cut shall be 1 in. (2S mm) in diameter.
I
3.2.4 Whex� canduits are bored, the vertical and horizontal tolerances shall not exceed I8 in. (457
mm) as measured from #he intended target pa�t.
3.2.5 The use of a pneiunatically driven device for punc�iing holes bez�eath tl�.e pavemen#
(commonly �awn as a"znissile") vcri�l nai be permittecl on this project.
3.2.b Conduit installed for future use shall have a nar�-metallic, nylon type pull string aaid shall be
capped using standaxd weather tight conduit caps, as appraved by the Inspectar. This work
shall nat be paid for directly but shall be considered s�bsidiary to this item.
3.2.7 The conl�actor shall place duc� seal or fc�am at the ends af all conduit where conductors
andlor cables a�-e present.
3.2. $ New Conduit
(E1.) Un�ess atherc�+ise shown on plans or standard deiail sheets, all undez'ground coanductors
sha11 be 40 PVC cond�a�t. All con.duit or raceways above ground shall be ri.gid metal. At1
conduit and fittings shall b� of the sizes and typ�s shovvr�. on the plans. Each secrion a�
conduit shall bear evidence of approval by Underwriter"s Labaratories.
(B) Conduit terminating in posks or pedestal bases shall not extend vertically more tha� 3
inches above ihe concrete fourldatia�. Field bends in condui� shall have a minimum
radius af 12 diameters o#�the nominai si2e of the conduit.
(C) Exposed vertical conduit shall be galvanized rigid metal, and reamed and couplings
made tight. PVC conduit shall be joined by the solvent--weld method in accordance
vvi#k� fhe conduit manufact�arer's �ecornrnendatinns. No reducer couplitz�gs shall be used
unless specificaily indicated an the plan shee�.
(D) All conduit and fittings shall have burrs and rough plaees smoothed and shall be clean
and free of obstnictions before the cable is ir�stalled. Field cuts shall be made with a
hacksaw ozaly, and shall be square and true so that the ends will butt or come together for
the full dia�neter thereof. In no case shall a cutting tarcI� be used to cat or join conduit.
Tra�ffic �ignal Specifica#ions -- Part E January 2002
City of Fort Warth Page �1
Slip joints or r�uuling threads will not be �ermit�ed for coupl'ang conduit unle�s approved
by the Inspector. When a standard coupling cannot be used, an approved union coupling
s�al� be used and shall provide a water-tight coupling l�etvveen the conduit.
Al1 couplings shall be properiy installed to bring their ends of connected conduit �ogethez
to produce a gaad rigid connection thraugk�out the entire lengtfi of the conduit run.
Where the coating on a rigid metal cnnduit nan has been damaged in hand�ing ar
� installation, such damaged pat�s shall be thoroughly painted vvxt� rust preventive paint.
� Ends of conduits shall be capped or plug�ed until insiallation Qf the wire is complete.
, 1 Upon request by the Inspector, the Contractor sball draw a full-size metal wiare bz�sh,
� attached by swivel joint to a pull tape, t�uraugh the metal conduit to insure that the
I conduit is clean and free from abstruetions. Co�duits sha.Il be placed in an open t�ench at
a miriirnutn 24 in. (612 mm} depth belar�v f.he curb grade in the sic�ewalk areas, ar 18 in.
� (450 mm) belaw the fir�ished street grade in �he street area.
(E) Cond�it placed for cancretie encaseme�t shall be secured and supported in such a manner
ihat t11e .alignment will not be disturbed during placement of the concrete. No concrete
sha.11 be placed un�il all of the conduit ends have been capped and a11 box openings
cl�sed.
{F) PVC conduit, which is to be placed u�der exisiing pavement, sidewalks, and driveways,
shall be placed by first provicling a void through which �e PVC conduit �ha1l be
inserted. The vaid may be made by eiiher boring or jacking a mandrel. Heavy ja.cks are
io be used for jacking. Us� of wat�r ar other fluzds in connection with the boriz�.g
operation will be pennitied only to lub�icate cuttings. Water jetting will not be
permitied. '
(G) If it is determined by the Inspector that it is impractical to place the conduit by boring as
ou��ined above due to tu�.foreseen abstruct�ons, written permission may be graiated by �he
Assistani Diractor of Transportation and P�b�ic Works Department for the Cantractar to
cut the exaistu�.g �avement_ Prts for jackimg and boring shall nat be closer than 2 ft. (bl2
mm) to the back of the cu�b or the outside edge of the shoulder. The jacking and horing
rnethod used shall not interfere with the operation of streets, highways, or other facilities,
and shall not wealcen or damage any ernbanicrr�ent structure, ax pavemen#.
(H) Backfill - Coannpactzon & Density Test for Ail Ditchlines
AIl drtchlines w�i�zin paving at-eas oi existing and proposed streets and wifihin 2 ft. {60a
rnrn) back of curb are to be mechanically tarnped. All tamping is to be densiry controlled
to 90% standard prpctor density at optimum rnaistur� co��teni and no greater than 5%
optimum or less than 2% below optimutn. All backfill material is to be select native
znaterial, 6 in. (1S0 mm) diameter clods and smaller. It is perrnissible to put backfil� in 6
in. to S ira. (I50 mm to 400 mm) Lifts wi�h densities being taken far each 1ft. (300 nun) of
compacted material an ofisettang st�tions of 50 ft. (15.41V�.
(n The Contractor shall provide adequaie3y bent conduit and shall praperly excavate sa as to
preven.t dam age to the conc�uit ar canductor by a bend radius which is toa short.
Traffic Signal Specifications -- Part E January 2442
City of Fort Worth Page 22
(J) All condui.t runs shall be continuot�s and of the same maierial (metal only or PVC only).
Where iying into exis#ing conduit, the Cont�actor must continue �rith the same material
(metal to metal or PVC to PVC).
(K) Each l�ngth of galvanized rigid metal conduit, where used, s�all be reaxr�ed and
threaded an each end and couplings shall be made up tight. White-lead paint or equal
shall be used on threads of all ja�ints. Metai conduit aud fittings shall have the bunrs
and raugh plac�s smoathed. Where the coating on a metal conduit run has been
darnaged in han.dling or ins�allation, such darnaged parts shall be thoroughly painted
�rith rust preventive paint.
3.2.9 Existing Conduit
(A) Prior to puU.ing cable in exisiing underground conduit, the �conduit sha11 be cl�aned
with a mandrel or cylindzica.l wire brush and blovvt� aut vcrith compressed air. If
cnnduit appears to be biocked, the Contractor shall rnake an attempt #o clear the
conduit by radding (The Contractor �vill not receive c;xira compensation for
rodding}.
(B) If the existing conduit cannot be used, the Contractor may be required to repair
a�d/or replace tlus conduit as directed by the engineer. Repair of this cond�it �vill
be paid for as "exira work" o� a Change Order
{C) The Inspector shall be notified priar to discann.ecfion or removal of any existing
cable.
3.3 Installation of Cable
3.3.1 General
(A) Cables shall be installed in conduit unless indicated as an "averhead" cable �un.
Conduit must be continuaus, r�asonably dry, campletely fr�e of debris, and wiihoui
sharp projections, �dges, or s�ort bends. I.f required by the Inspector, the Cantractar
shall demonstrate that the conduit is dry and free of debris by pulling a s�ah andlor
tnandrel through the conduit. T�ie conductors s�all b� installed in a mariner so as ta
insure against harinful stretching of the conductors or daznage �o the insulatian.
Tnstallation rnethods shall conform to the recarnmendations of the cable
manufacturer. The Contractor shali furnish, at the request of the Ci#y Traffic
Engi.neer a copy �� �ie manufacturer's recornrnendations, which shall include
methods of attaching pull cable, pulling tension per conductor size and per radius of
conduit bend, az�.d the type o�' lubricant to be used.
{B) All cables i� a given conduit run sha�l �e pulled at ihe same tnne and tha conductars
shall be assembled to form one loop in such a nrzanner i1�at the pulliz�g tension is
equai�y distributed to all the cables. Long, hard pulls wili necessitate the use o#'
pulling eyes. For short runs, the cables may be grippec� directly by the conductars by
forming them into a Ioop to which the pull wire or rope can be attached. The
insulation on each conductor shall be removed beFare the loo,p is fartned. The
Traffic Signal Specifications — Part E January 24d2
City of Fort Worth Page �3
methad used will depend on the anticipated maximum pulling tension in each case.
(C} In existaz�g canduit where new cables are to replace existing cables, the exit cables
may be used to pull in the new cables. At lacations wher� ne�w cables are to be
added to existing cable ru.ns, the exis#ing cables shall first be pulled out, the new
cables are to be added to the existing cables to form one cable pull. Installat�an and
removal shall be done in s�ch a�uvay as to prevent damage to the existing and/ar new
cables. � the ever�t of damage, the Contractor s�iall bear t�e responsibility of
pro�iding the material and Iabor for replacement of defecti�e cab�es a� no extra cost
to the Ciiy.
{D} All conduit runs shall be rneasured accurat�ly and precisely far �.etei�ng cable
�engt�s to be xri5talled. A condurf' r�in mea�urements Gh�il take nlace in th�: nr�cPnr�
of the Tn. e�. ci ,tnr" The Tnspectar shall record all cal�le measurements and inciude the
distances on an as-built drawing, inn Iocat�aar�s where �ew cables are to replace
e�sting cables, the Contractor may use the removed cables as a measuring device to
deternvne the lengths of the new cables to be installed, however, this daes nof
relieve the Contractor of 1us responsibilify to recc�rd accurate measure�nents of all
cable lengihs.
{E) The manufacturer's recornmended maximum pulli�tig ten�ions shall not Ue exceeded
f under any circnnrxstances. If so required by the Inspector, the Cantractor shall ins�rt
, a dynamometer in the pull wire as the cables are bcing pulled into tbe conduit to
dernonstrate thai the ma�imYxm tensions are not being exceeded. The cable shall be
i fed freely off the reel into the cflnduit without rnaking a reverse cur�e. At the
� pulling end, the pull w�re and cables shall be drawn franr� the canduif tn direct line
with the conduit. �heaves or other suitable devices shall be used as required to
reduce any hazards to the cable during installatipn. The cables sha.11 be adequate�y
. l�bricated to reduce friction and further minimize possible damag�. Such lubricants
shall not be the grease or oil type used on lead sheat�ed cabXes, but shall be oz�e of
� several cnrnmercially available wi.re pulling compounds that are suitable for PVC
sheathed cahles. They shail consis� of saap, talc, mica, or similar matErials and shall
be designed to have no deleterious ef#'ect on the cables being used.
(F) Cables sha�l be neatly trained to their destinations. The Caz�tractor sha11 adhe�e to
tl�e cable manufacturez's recoinmended values for the minimum bending radii to
which cables may be bent for permanent trainin� during installatio�. Tk�ese linra.its
do not apply ta conduit bends, sheaves, or other curved surfaces around which these
cables may be pulle;d under tensian while being installed. Larger radius bends are
required for such condii�ans.
3.3.2 Wire and Cab1e
(A) t�.11 wire and cable shatl conform to the requirernents shown in the plans, excepk
wixe and cable specificajly covered by other items of this contract.
Traffic Signal Specifications -- Part E January 2002
City of Fort Worth Page 24
3.3.3 Controller Cabinet Wiring
{A) Wiring far t1�e cant�roller cabinet shall consist of connecting (1) signal w'rres, (2)
laop detector wires, {3} power wires, (4) graund wires, and (5) pedestrian push
buk�on wiz'es fo the� respective tertninals in the cahinet. In the cantroller cabinet,
stranded signal conductors from the field shall tae stripp�d back and a solderless
termina� connector (spade Iug) shall be aitached by means of a crixnpizig tool. These
terminal Connec�ors shall be inserted under the binder head screw and tightened
securely. Other wiring for the eontroller shall be completed as shawn on the wiring
diagrams and in ihe instr�xetions fiu�ished with ihe controller by the manufacturer.
(B) A�1 field wxring in cabin�ts shall be neatly installed. Incoming cables shall be
trained to �heir destination and neatly laced tog�ther. All spare wires shall be
trimmed and neatly coiled with the ends taped. Detectar lead-in cabl�s shall k�ave
their insulation jackets removed fro�n their terminal strip connection to the bottom
of the cabine#.
' (C) Pedestrian push buttons shall have a groun�
independent from all other gtound wires.
� designated terminal in the controller cabznet.
` in place.
3.3.4 Signal H�ad Wiring
{A) Conductors sha11 run as foilows:
wire that is com.pletely isolat�d and
This wire shall be connected to the
A pedestrian isalation board sha11 be
An unbroken 20-conductor cable, one #10 AWG neutrai cable and one bare #8 shall
rwa fram the controller cabinet to each pole pier.
3.3.5
2. An unbroken seven (7} conductor, #16 AWG cable sha�. zun frnm the signal pole
base to each 5-section, 4-section signal head, or �he 3-section head Iocated at the end
of mast arm; and an unbroken five (5) conductoz, #16 AWG cable to each other 3-
section or pedest�riax� signal �ead. Twa (2) signal conductors, #16 AWG shall run to
each pedestrian push button.
(B} Each cable shall be identified as�eferenced an the pole wiring detail sheet providsd
in the canstruction plan set with permanent marking labels (pandurt fype PLM
standard single marker tie, Thomas and Betts type 54$M or equivalent) at each
ground bax, pole hase and controller.
Lwman.�.iz'e �iring
Two {2) #8 cables shall run from service disconnect in paralIel araund #he interseetian as on
the traffic signal layaut sheet of the et�nstruction plan set. Luminaire wiring connectian may
be rnade in the nearest ground box to the traffic sigtxal pole; such connection shall be
placed in a water tight seal. If more than thrse wires are splice together in ihe t�raffic signal
cabin�t then a Kearney connecior shall be used as reqr.ured in Section 3.3.7 (B) below.
Traffic Signal Specifications — Part E 7anuary 2002
Cltjl b£FOit WOI�1 �'age �5
3.3.6 Terminals
(A} The ends af a11 stranded r�ires from the c�ntroller cabin�t and from the signal heads
shall be twisted at least three tuins and wire nut applied in th�e base of the signal
� structnre.
3.3.7 Splices
(A) �plices are strictly prohibited inside eondi�it runs. I)etector cables shall not be
spliced at any paint except where transit�oning from #14 XHHW loop detectar cable
to lead-in cable (see �ection 3.5.4). �ignal cables a�re to be splicec� only at locations
that are sp�cified in the plans. S�licing signal cable in pull boxes sha11 not be
permitted.
(B} Splicing Ynethods shall be in accordance with good electrical practice and the cable
manufacturer's recorm.mendations. A11 rnaterials �sed shall b� of high quality a�d
specifically intende� for this purpase.
Cables shall be traiz�ed #o tbeiur final pasition and cut to propar lengths. The cable's
jacket and insulation shail be removed as required. In doing this, use proper care to
insure against nicking ihe conductars. The cannection shall be installed tightly and
alI b�urs, rough edges, etc, shall be removed. If vvire nuts are us�d to secure the
connection, then only "Scotchlocl�" brand conriectors shall be utilized. No more
fihan four (4) wires shall be spliced tagether using "Scotchlock" coruiectars and �
wir-P Gl�all he twiGterl_ Tf more tlian four (4} wires are connected, then a Kearney
connec�or or mechanical clamp shall be used. All Gnlir.es invnlvir,g ��-n�ri;ng
c,nnrluctnr� chall he rnacie hy twi�ting the cahles together,��7�1�g snlder then
ith �-PPn P1Pr.trir.al ta�e.
H�afiin� fhP r.nnnc�r,tinn wi#h a r�irPr.t fl�me wil] nnt he nermiited fnr cahle g II�P. �P.CR
' l than #i 4_ Care shall be used to pratect the insulation when soldEring. The entire
sur�ace shall be cleaned taking special care in cleaning the outside jacke# in order to
remvve the waac f�uish Then approved thermo-setting materials shall be used ta
I provide a waier tigh� seal.
(C} The Inspector shall select at random at least f ve (S) splices to be fhoroughly
inspected. T'he Contractar shall, in the presence of the Inspectar, sectionalize each
selected splice to expose the variaus layers af materials and the connector. These
�plices shall be tho�oughly checked far compliance to these specia� provisions.
Each splice shall then be remade by the Contractor. This wvrk shall not require
extra payment, but is considered subsidiary to other iterns. in the Contract. Ail of the
splices selected for this inspection shall cnnt'orm to ihe requirements of these special
pxovisians. If any splices fail to meet these requirements, then ten more splices shall
be selected at randQrn by the Inspectar for examination.
33.7 Identification of Signa] Wiares ax�d Cables
(A) IMSA co�or coded signal cable shall be used for all signal systems. Colors shall be
Traffic Signal Specificatians — Part E January 2002
City of Fort W�rtt� � Page 2b
continuous from the poini of origin to the point of termination.
{B) Each signal cable, detectox lead-in cable and comn�aunicatian cable shall be
designated with permanent marking labels or (panduit type PLM, Thomas and Betta
type S48M standatd single marker type or equivalent) and color coded tape at each
pull box and in the controller cabinei.
3.4 Grounding
3.4.1 There shall be a progerly installed ar�d connected ground rod for each can�zoller cabinet,
� power drop and signal pole pier to reduce any extraneous voitage to a sa.fe ieve�. The
' ground rod shall be located so as tio m�imi�;e the length o� the grounding-canductor run.
Far pole mounted cabinets a grounding rod and grounding canductor shall be installed at the
' nearest faundation or ground box. All grounding circuits sha11 be substantial and permanent
� and sha11 be electrically con�inuous with an ahms-fa-graund resistance nat ta exceed .10
, ohms when tested by vo�t-ohm-meter.
3.4.2 Grour�diang Cannectors and Electrades
(A) When the location precludes driving a single ground rod to a depth of 2.4 m(S feet},
or when a multipie graund rad matrix is used to abtain ihe required resistance to
ground, graund rods shall be spaced at least six feet apart and bonded by a minimum
No. 6 AWG coppez wire.
� (B) Conneciion of grounding circuits to graunding electrodes shall be by devices which
will ensure a posiiive, �ail-safe grip between the conductor and the �lectrade (such
as Iugs or pressure connectors). No splice joint will be perniitted in the grounding
i conductor.
(C} Each grouncling rod shall be driv�n inio th� ground ta a depth suf'ficient to provide
the required resistance (10 ahms} between electrodes and ground.
3.5 Vebicle Defectar Loop Installation
3.5.1 Detectar lead-in cables shall be identified as shown on �he plans (phase 1, etc.) wifih
pennnanen,t marking labels (panduit type PLM, Thomas and Betts type 548M startdard single
marker tie or equivalent} at each graund box, pole base, and controller.
3.5.2 It is required �hat all work related to the installation of a particular detector loo�, with the
excepnon of the Iayout task, sball be camplet�d in the sasr�e work day. All loo� installation
wark shall be perfortned during off peak traffie hQurs. Loop imstallation shall nat be znade
during any fype ofprecipitatian.
3.5,3 Installatian of det�ctar loops shall be in accordance wi.th the plans. Lead-in saw cuts from
the street to the pull box shall rnaintaain a ma�cimum separation from atf�er loaps of 12
in.(500 mm) and a minirnurt� se�aaration of 6 in. (150 mm) frnm other lead-in saw cuis. The
saw cufi depti�, as specified in the standard detail sneets of the p�an set shall be consistent,
Traffic Sig�al Specifications — Part E January 2QQ2
City o£Fort Worth Pa�e �i
including the entry point into the curb. The m�imu�n number of wires placed in a single
saw slot s�alI be foLtr {4) wires. Each lead-ins shall enter the curb through a separate hale.
3.5.�4 �M T,nnn sealant �r annrnved equat s�all be used t� Seal a111oop wire within the roadway.
3.5.5 Detector lead-in cables shall be run cantinuously without splices fram the curbside ground
box to the contraller. Tf splices must be made, they shall he �nlder cannected and the s}�lice
connection shall be insulated and waterpr00%d with 3M DBR-6 Direct Bury �plice Kits or
approved ec�ual. Splices at the curbside pull boxes shal� be made in the same manner (see
Secth�ri 3.3.�}. �nlice:� in rl�ter.tnr r.ah�PG mi�Gt hP n�an rrLver� hy the T snectnr in writina
3.5.6 In alI cas�s whera detector loop lead-ins pass from paveme�t thraugh a curb to an existing
graund box far a splice point, conduit s�al] be installed from the curb entry point up into the
grou�d box. A miniinum one inch diameter canduit shall be provided from the curb entry
poin� to th� ground box fa�ear.h ln�n_
3.5.7 AIl laop wire from the Ioop in the street to the ground box shall be tightly twisted a
rninirnum a�5 times per faot {16 times per meter} as it is placed in the. lead-in saw cut.
3.6 Concrete Foundations for Signal Str�ctures
3.6.1 All fa�dations shall be staked by the contractor and approved by the Inspector prior to
excavativn. Whila staking the pole locatians, the cantractor, along with the Inspector, shall
be cognizant of pedastrian needs by verify3ng the locafi�on of the push l�uttons and the
pedestrian heads.
3.6.2 Concreie foundations far sigt�al st�ucfu�res shall be lacated so that the closest face is a
minimum of 3 ft. (900 mm) fram the face of the nearest vertaca� curb. The Cantractar shall
probe before excavating �aundatioi� to detern�ine the location of utilities and structures.
Foundations shall be paid for once, regardless of extra work c�.used by obstructions. The
Contractor sha11 furnrtsh a11 suppleYnentary items necessary for proper foezndation
installation.
3.6.3 Excavation for all foundations shaIl be done in accordance with lines and dep�hs ir�dicated
on �he standard detail sheets of tha plan set. All loose ma�ez�al shall be removed from tke
excayation before concz�te is p�aced. Any water shall be removed by pumping or bailing.
The use of explosives will not be pertnitted.
3.6.A� Foundations shall be conshucted to the dimensions shown an th� plans. The Coniraciar is
required to make certain tha.t the �op of the finished foundation is level and farmed. .Anchor
bolts and conduits shall be held rigidly in place by a template until the concret� is set.
A machanicaI vibrator shall be used for campacting and working the concrei�. After the
cancrete has been placed and the top stnzck off, it shall be eavered with wet cotton. ar burlap
mats or other appropriaie form of euring,. for not less Y1ian 96 hours. All hracing and
templates for anchar bolts shall remain in place for 96 hours after the cancrete is paured.
During that time, the ar�chox bolts and canduit shall not be subjected to any applied strain.
Transfarrner bases shall not be installed on any foundations until approval has been givan
Traffic Signal Specifications — Part E � January 2002
City oiFnrt Worth Page 28
by the Inspect�r.
3.6.5 Backfill shall be tarnped with mechanical tamps in 6 in. (1S0 mm} layers tn the density of
the surrounding gr�ound. Where excavation is made in the roadway shoulder, the shoulder
shall be re}�lac�d with material �qual ta the ariginat composition.
3.6.6 AlI Excavated material, not required for backfill, shall be promptly removed a�id dispased af
by tk�.e �ontracYor, ou#side the limits o£the project. The r.vork sit� shall be kept clean and
neat at all times. �
� 3.6.7 No concrete shall be placed when the atmosghe�ic temperafuxe drops beiaw 40 F(40 C)
(temperatuxe reading taken in the shade away from artificial heat) unless permissian to do
, so is given by �e Tnspectar.
3.5.8 The City ��all snpply to the contractor the controller eabinet anchor bolts and specific
cabinet templafes. The cabinet door shall generally open avvay frorn the intersectian.
3.6.9 Pole anchor bolts shall be align�d �o be parallel to the tangent of the street curb that the pole
is zntended ta serve.
3.b.10 Tubing used to form pole foundations shall not be visible and all exposed eancrete shall be
fini�hed with vinyl cancrete .patch mix to provide a smooth quality finish v�rith al1 vvids
f�lled and no aggregate exposed. The cast of the work shall be �ncluded in the unit bid
price far this ztem,
3.7 Installat�on ai Tra#'fc Sxgnal Stractures
,� 3.7.1 The Contracior shall install all tra.i�ic signal structur�s in accordanc� with the plans.
Deviation from the plans because of physical abstructions, s�ch as �verhead utilities or in
apprapriate mast arm length ta fit a relocated fouridation, shall �e worked aui with f�ie
� 7nspector and approved priar to installatian.
Poles shall have nuts on top ax�.d bottom of tkae pole base plate. Anchor bplts far mast �.�rm
si�mal poles shall be set so that two are in tension and two are in compression.
The traffic signal pole heig,hts and mast arm leng#hs shown on. fhe plaras and in the material
summary are ta be used fflr bidding purposes only. Prior to fabrication, the contractor, in
cooperatian with the Inspector, shall make field measut'ements to deterrnine t�ae actual pole
height necessary to ensure a vertical cl8arance of 17 Ft. (5.2IV�} minimurn, and 19 fC. (5.8M )
maxi�num from the roadway surface to the battom of khe lowest poi�n.t on the sign.al fiead
assembly or mast arm and to determine the mast arm lengths required io mouni the traffic
signal heads over the traffic lanes. TI�e masfis a�rns sball be straight ar�d level in the area
�vh�re the signal heads are attached. These field measure�ents and evaluations shall be
deterrruned from khe actual field location of tl�e pole foundations, considering aIl abave and
below ground utilities and the cxisting roadway elevations and lane widtiv5.
3.7.2 Transformer hases for pedestal poles sha11 be leveled and tzght3y secuxed to the foundatian
before the structur� is placed on the base. If shims ara required for le�eling, total shim
Traffic Signal Specifications — Part E 7anuary 2002
City of For� Worth Page 29
height shall not exceed 1/2 in. {127 mm}. Foundation anchor balts s�a�l extend a minimun:�
oi 1 in. (25.4 mm) th3rough each �.ut in the base.
3.7.3 Except as modif ed herein, erection of traf�c signal structures shall t�e in accordaxace with
the applicable specificaiions and standards of the AISC Mazlual of 5teei �onstruction.
Erecting equiprnent shall be suitable for. th� work and sha11 be in proper working cor�diti�n.
Where parts cannot be assennbled or fitted properly as a resuit af errars in fabrication or
deformation due to handling or transportation, shall be reported immediately to the
Tnspector. Straighteni,ng a� plates and az�.gles or ather shapes shall he done by approvai of
tl�e manufachirer. No correc�ions uvill be allow�d that will void the manufacturer's
warranty. A letter fram the marzufacturer approving the carrections shall be required or the
rnaterial may be rej ected by the Inspector.
3.7.5 The steel st�cture frame sha1l be lifted as showti in the manufacturer's specificatiQ�s. and all
match marking shall be followed. Temporary bracing shall be used wherever necessary ta
support all Ioads to which the structure rnay be subjected, inclucling eq�ipment, operation,
and materiai loading. Such bracing shall be left in place as long as may be required for
safety. The various membe�s, after being assezxibled, shall be aligned and adjusted
accurately befor� being fastened. Fastenir�g of splices on compression members shall b�;
done after the abutting suriaces have been brought completely into cantact. No welc�ing or
bolting shall be done until the structures have beex� p�'operly a�igned.
3.7.6 Bearing surfaces, and su�rfaces which will be in permanent contact with each other shall be
cleanEd before the rnembers are assernbled. Bearing plat�s shall be set in exact position and
shali have a full and even bearing upon the concrete. As erection progresses, ihe work shall
be bolted to ta.ke care of all dead load, wind and erection. stresses. Ail erect�on bolts used in
welded construction may be iight�ned securely and 1eft in place. If removed, the holes shall
be filled with piug welds.
3.7.7 Field bolting shall be in accordance with the req�uirements specified for shop iabrication.
Untrue holes sha11 be corrected by reamin�. Wl�ere the surface of a bolted pari has a slope
of mor� than 1:20, a beveled �uvasher sha11 be used to compensate far the lack of parallelism.
Bolt heads and nuts shall be drawn tight against the work wi� a suitable wrench not less
than i 5 inches long_ Bol# heads shal� be tapped with a harnuier while ihe nut is being
ti�htened.
3.7.$ Field Painting of �tluctures:
Surfaces where �he shop coat of paint has �een darnaged shall be retouched after installation
in compliance �ith Section 2.20.1. The cleaning, pretreatment, and priming of welds and
the areas adjacent thereto shall be dane promptly after the acceptance of the w�Id. Care shall
be tal�en to praperly rnask signals heads, signs, pedesirian pushbuttons and their mounting
hard�vare to keep paint from splashing onto these compon�nts. Masking sha111�� rernoved
after cornpletion of the painting process. A sufficient number of paint coating shail be
applied to each atz-ucture to xesult in a uni�arm finish once eompleted. AlI str�ctures shall
be air blasted using lugh press�re air to remave peeled pa.infi a�d dust prior to appIication of
new pai�t.
Traffic Signal Specifications — Part E January 2402
City of Fort Worth Page 30
3.7.9 Bolted parts shall fit solidly tagether vvhen assembled and shall not be separated by gaskeis
or any other inte�posed compzessibJ.e xnaterial. When asse�nbled, a�l joint surfaces,
including those adjacent to the �aolt heads, nuts, oz washers, shall be free of scale, except
tight izull seale, and shall alsa be free af burrs, dirt, and other fareigra rriaterial that would
pre�ent solid seatir�g of �he parts. Each fastener sha�l be tightened to at Ieast the minimum
bolt tensian as recomm�nded by thc pole manufacturer using ASTI1/� A32S or A490 bolts
for the size of fastez�ez used. Threaded balts shall be tightened with properly calibrated
wrench�s or �by the "turn-of-nut" method. Bolts may be �nstalled without hazdened washers
when tighten�ing tal�es place by the "turn-o� bolt" method. Any bolt tightened by the
calibraied wrench method {flr by torque con�ol) shall have a hardened washer under the
element (nut or bolt head) turned in to a point not closer than 718ths of the bolt diameter
from the center of the washer.
3.7.10 Groutiz�g The Contractor shall perFarm a11 work required to complete the grout work
associated with installing the signal structure and furni.sh all supplementary iiems neccssary
fnr its proper ir�stallation.
3.7.12 Where signal poles and/or �nast arms exist on zaised foundations that are to be removad and
�ins#alled on new foundations, ihe Contractor shall s�ore these poles, mas� arrns, street lights,
and wirin.g until they cari be install�d on their new foundations.
3.$ Installat�o�e ai Sign�l Heads, Pedest�-ian Heads and Pedestrian Push Luttons
3.8.1 The Contractor shall be required to assea�ble all sig�al. head units as specified in the plans
or as dazected by the It�peetor. Signal and pedestrian heads shall be securely tightened
irnmediately after si�al head assembly has beem installed. I� any signal head assembly is
found to be laose or asymmetrical in any manner, the Contractor shall be required to
� remo�e and rebuild the signal head assembly ta the satisfaction of the Inspector.
3.8.2 The Contractor shall nr�ount signal heads Ieve1 and pl�b. Ti�e Contractor sha11 position
and secure the signal heads so they are �isible as stipulated, in Table 4-1 of the TMUTCD.
3.8,3 A11 sigr�al heads or parts of heads not in operafiion shall be cnver�d with burlap or fabric
material until placed into aperation. When the signal heads hecome operatioz�al, all existing
heads no longer required shall be removed immediately.
3.8.4 Pedestrian head assemblies ins�led sucl� that the wiring to each head shall pass frarn the
mast arnz through the signal head bracing or attachment hardware to the signal head. Na
exposed cable or wiring will be pernutted.
3.9 ControlIer Cabinet Preparation
3.9.1 Each controller cabinet shall be modified fbr use at a specific intersection in accordance
wifli th� instructio�s included � the plans. Each cabinet shall be prepared and i�sted for on-
the-street use by the Traffic Services Division of Transportaiion ar�d Public Warks
Department prior to field installation of the cabinet.
3.9.2 All wiring modifications xnade in conjunction wiih preparfng the cabinet for use at a
Traf�ic Signal Specifications --- Part E 7atauary 2002
City of Fort Worth Page 31
specif c intersectian shall be documented on the cabinet prints for that i�►tersection.
314 Installatian of Microwave Detector LTnits
3.10.1 Microwave detec#or units shall be installed as shown the Signal Layout Sheet of the signal
construction plans.
3.10.2 The Contractor s�all provide a technician to assist with adjusting and auning the detector
unit at the time of traffic signa.l turn-on, in order to camply with Engineer's desired
detection areas as shown on the constructivn plans.
311 Installation of Vide� Detechon Uni�s
3.11..1 The Coniractar shall instal� tkie videa cameras in accoxdance with the man.ufacturer's
recommendations in order to achieve the detectian areas as shown on the construction plan
5}1��5. The camera mounts shall be neat and plumb. ThP r��tPrtnr ��r,;t �„t�,ut� shall he
at the tiune of signal turn-on i� accordance
with the detector table shown on tl�e construction plan sheets.
3.11.2 Video deteciinn camera cables sha11 be igstalled in the conduit system at fi1�e sarne time as
the other signal cables in accardance with Section 3.3.1.
3.12 Installation of Emergency Vehicle Detection Units
3.12.1 Any emergency vehicle detection (EVD) equipment requir�d in the canstructi�n piat� 5et
will be supplied by the City. Where practical, EVD receiver uni�s shall be mounted to a
rigid metal arm supplied by the City and banded to ihe mast ar�► pole uprigbi on the
interseetion corner designated on the Traffic Signal Layout sheet of the plan set. The
Inspector shall determine if the r�adway sight line p�rmits this type of EVD installation.
4.D
4.1
4.2
4�.3
5.0
S.I
Otherwise the EVD receiver units shall be rnounted on t�e mast atms far �he intersection
approaches as designated oz� the Traffic Sig�.al Layaut �heet of the plan sei.
�NSTALLATION AND RELOCATION OF TRAFFIC SIGNS AND DAMY�RS
Tha contractar shall furnish, instali and relocate �xisting signs as shown in the plan set.
Mast-arrn signs shall be mounted with asiro-sign brac or sign£�ix alurninum channel or
equal as approved by the engineer.
Metro street name signs shall be mout�ted level wath the ground as shown on the standard
Canstruction detail sheets.
Dampers shall be installed using Astra Sign Brac or Signfix Aluminum Channel or equal.
PRESERVATION OF LANDSCAPING, SPRINKLER SYSTEMS, AND PRIVATE
PROPERTY
The Contractor snall assume full respansibiliEy for the preservation of existing landscaping
Traffic Signal Specifications -� Part E. January 20�2
City of Fort Worth Page 32
(sod, shrubbery, trees, and etc.), sprinlcler systems, and/ar other private property at the site
during the installation of itenas in this contract document. Darnaged landscaping, sprinkier
systems, and/or other priva#e property shall be replaced within a reasonable tircie, by the
Contractar at �is own expense, ta the satisfaction of the �nspecior.
5.2
5.3
5.4
6.0
6.1
6.�
The cont�ractax shall relocate the existing EVD equip�nent.
No frees or shrubbery shall be cut except upon �he specific autharity af the Inspector.
Removal of rna.il boxes in the way af canstruction requires 48 hours advance nofice to the
post affice.
REMOVAL OF MYSCELLANEOUS ITEMS
Remova! and Salvaging oF TraFfic Signai Equipment
All salvage materials vvill be delivered by the Cantractor to the City at a lacatzoz�.s
designated by th� Inspector. The Inspectar, assisted by authoxi,zed represantatives, wi�l
serve as the receiving agent %r salvage material.
The Cantracior will ship and handle all salvage maierial (heads, poles, cabinets, eable,
signs, amplifiers, efic.) in a rnannez so as ta prevent datnage to �hese items. Signal heads
will b� removed from poles prior to shipping. A11 cables must be secured zz� confroller
cabinets to prevent damage during shipment and handling. All screws will be tightened into
their respective �lots to prevent loss during sl�ipping. The controller and all suppler�zental
conirol equipment {conflict moniiors, detector amplifiers, loac� switches, etc.) will be
removed frorn the cabinet prior io cabinet removal and given to the Inspector at fhe time ni
the signal turn-�n.
The �nspector wi11 identify existing damage to salvageable material a3nd nriark damaged
items in the fieid before tiaey aze delivered to th� City yard. Tf damage to material is the
fault of the Cantractor, he ar she will have three (3) working days to make repaiz� or supply
like i�erns, at i�is/Yier expense, far damag�d items. If the Contractor fails to repair or replace
damaged items in said time, the City may cha�ge the Cantractor for the assessed value as
determined by the City Traffic Engineer or designee.
Removal and Replacement af Curbs and Walks
{A) Contractor shali secure p�rmission from the Inspector before cu�ting inta or
removing any walks or curbs which rnight be requ�red during construciion.
(B} Where possible, dig under �idewalks. If the Contractor chooses to remove or cut the
sic�ewalk, ihe concr�te must be sawed and brol�en ou� and then restored io an equa!
or better condition than the original.
Tra#'fic Signal Specificatians — Part E January 2002
City oFFort Worth Page 33
6.3 Re�oval of Foundations
{A) All foundations subjeet to renr�oval {as indicated on the plans) shall be razed ta a
Ievel at least 12 inches below the ground surface if the foundation subject tn
reznaval is Iocated �vithin a szdewalk, tbe foundation shall be removed to a d�pth
equal to or greaier than the thickness of the walkway. Or�ce the foundation is
removed, tMe graund surt'ace shall be restored ta surraunding eonditions.
6.4 Remaval af Ground Bo�es
If the construction plans call for the removal of abandoned ground boxes, then the hole
remainita.g from ground box remaval shaIl be filled and the g:raund surface s�all. be restored
to surrounding canditions. Any conduit elhows found the grourid box to be removed shall
be cut back to a rninimurn of 12 inches below the natura� ground surface.
6.5 Removal o#' Si�us
The exi.sting stap sign panels, or any grauz�ded mounted signs, as shpwn on the pians, will
be remaved after the traffic signals are placed in flash and before the sign,al is t�arned to full
calors by City forces.
7.0 SAMPLING AND TESTING
9.1 General Nates
(A) Initial testiu�.g of all materials, coz�stzuction items, at products incorpoxated in the
wor� wi�l be performed at the direction of the City and at the ex�ense of the
Cantractor, including initial compaction and density tes�s deemed necessary in
connection with the construction of embankinent, backfill of structures, or
excavation.
(B) In th� event that a material, construction item, product incorparated in the work,
embank�n�ent, backfill, excavation or any other item tested, faals to satisfy the
minimum requirements of the initial test describad above, appropriate prove-out
fiests shall be rnade as directed by the Inspector to determine the extent af the failure
and to verify that corrective measures have brought the item up to specification
requirements. T}�e cosi of all testing necessary to detern�ine the extent o�' ih� failure
and the adequacy of the corrective measures shall be ihe responsibility of the
Contractar.
(C) The faihtre to r�c�uire tests of mat�rials by the Inspecior shall in no way reliev� the
Contractor of his respor�ibility o#' furnishing materials conforrning to these
specificafions.
{D) Tests, unless otherwise 5�7�CFY�I�Cj, shall be made in accordance wi� the latest .
methods of the ASTM or otl�er agproved test methads_ The Contz`acfior shall
provide such facilities, as the Inspector may require, for the colleciing and
forwarding of samples and shall not use the materials represented by th� samples
Traffic Signal Specifications — Part E January 20Q2
Ciry of Fort Worth Page 34
until tests have been made. Tha Contractor shalt furnish adequate samples withoui
charge.
7.2 Concrete
(A} AlI concrete materials, reinforcing steel, and preparation shall be in accordaz�ce with
the requirements of the City of For� V�orth ��andard Specifications for Street and
Storm Drain Construction.
i.3 Vehicle De�ector Loops
(A) Prior ta termination of the laop lead-in in the cont�aller cabinet an installation test
shall be made by applying not less tharn 504 volts DC io the completed detector
loop. A mininrxunn resistance of 1 megohm shall be obtained l�y use o£ a meger.
,- (B} After the above tests are campleted and the lead-in ca�le ha� been terminated in the
' cabinet, the Contractor shall assist the lrispector in determining Y.he �aop inductance
o£ each loop detecior. A detector loop analyzez shall be used to dete�nine the total
inductance of the loap in the pavement and its associated lead-in cable as well as to
determine the percen�age shift in loop ind�ctar�ce far various size vehicles that
� � actuate the detector.
7.4 Signa� Cables
(A) Th� City Traffic Ez�gineer ar designee may requirc: that all cables shall be checked
for ins�lation resistance upon inst�llation and prior to tez�xiination. The tests shall
be m�.de vvith a test set operating at a minunum of 500 volts DC ap�lied to the
canductors.
(B) Each conductar in the multi-canductor signal cables shall be tested for insulation
resistance relativ� to each other and to the outer covering of the cable. The
mirkimum acceptance value for ir�ulation resistanca shall be one megohm.
7.� Cout�roller Cabinets
(A) Tf the controlier cabinet is ta be supplieci by ihe Contractor f�r this project, the
cabinet shall be tested at a facility lacated within the Dallas/Fort Worth area.
(B) The Contractor shall notify the Inspectar ar his representative a minixnum of �hree
working days prior to beginn.iug the test period of his intent to �est a cahin�t or
graup of cabinets. At this point, the City may scheduls an inspectian team and
notify ihe Coniractor of �he earliest date and tarne the team can visit.
{C} Each cabinat shall be tested with a cantzoller unit %r a mini�num of 24 continuflus
hours. The cabi.net test will ir�clude conflict monitor i�unctiflns, deteetoz- unit
funciion and load �witch aperation for confonmazace with cabinet hardware
specificatrons, etc. TIl� C�j?L�B� Il�lll5� SACC�SS�Ij� p&55 aII it�II15. Oiherwise the test
is re�tarted �or another 24 hour period.
Tra#'fic Signal Specifications — Part E 7anuary 2002
City of Fort Wort� Page 3�
�.0 WARRANTIESIGUARANTEES
8.1 The Contractor guarantees a.11 work perfoz�med and mate�iais funnished under this project fox
a period of twenty-four (24) months following the date of final acceptance. In addition, the
Contractar shall furnish az�y notmal manu�actruer wa.rz'anties with effective beginning dates
the same as the date of the project acceptance.
8.2 All faulty equipment shall be repaired within 15 warking days of the Contractor being
notified.
9.0 TRATFIC SIG1iTAL MAINTENANCE DiTRING CONSTRUCTION
9.1. While perforn�ing work u.�.der this contract, tb.e Cantz�actor beazs the sole risk of loss for
damages to or destruction of any traff c signal equipment or appurtenances, on equipment
that was nat to be replaced ar installed under this Contract, but vcrhich was damaged or
destroyed through the fault or negligent acts a�the Cantractoar. The Contractor shall replace
s�ch damaged �r destroyed equipment, etc., at no cosf to the City, regardless of whether or
not the darnaged or destroyed �quiprnent, etc., was a part of this contract flr auy wa�-raxities
under this contract. The Contiracior's responsibility shall cease ut�der this paragaph upon
vvritten acceptance of an intersection by the Ciiy.
9.2 The Contraetor's respo�sibility far fuil operation and m�aantenance of all traffic signal
equipment shall begin when he starts any type of war� which effects active interseciion
control at the fir�t intersection and shall e�tend through the pe�iod of final project
acceptance of each intersection. This maintenance responsibility includes existing
controllars/masters, e�sting interconnect and cabling systems, exisfi�g signal indicaiions,
existing vehicle detectors, new cantroilerslmasters, new signal hardware, new cabling
systems, and ather hardwar� eie�n�nts which are considered part af either the existing or the
new traffic signal system.
93 It is recognized that the City xnay continue to make a�"irst response �o any txouble call.
Action on such response will, however, be limited to placing the interseetion on flash,
replacing load svvitches or detector amplifiers, erecting temporary eontrol devices,
requesting immediate traffic control by unifarmed police officer, or ather such action
deemed necessary ta pro�ide a safe aperaiian. Such action will in no way relieve the
Contractor of his operation and maii�tenance responsibility.
9.6 The Contractor shall be required to notify tk�e Inspector or Traffic Services Division at least
24 haurs in advance af any planned controlled change-auts or at�y oEher operational
proceciures.
10.0 BARRICADES
1 U.1 The Contractor shall be requued to obtain a Street Use Permit from the Street Management
S�ction oi the Traffic Engineering Division, 311 W 10`h St. The traffic control plan (TCP)
�or this pro�ect shall be as detailed on the Traffzc Contzo� Plan Detail sheets of the plan set.
Traf�c Signal Specifications -- Part E 7anuary 2442
City af Fart Worth Page 36
A copy of tl�is Traific Control Plan shall be submitted with the Street Use Penmit.
10.2 If the Inspector discovers that th� Contractor has faaled to comply with applicable federal
and state laws (by failing to fumish t�e necessary flagmen, warning devices, batricades,
lights, signs, or other precautionary measures for the protection of persons ar praperty}, �he
Insgector may arder suGh additional precautionary measures be taken to pratect persans and
property.
10.b In addition, the Cantractar shall be heid respansibl� for all damage to work itezn.s az�d ot�er
public or private property due to the failure of warning devices, barricades, signs, lights, or
otk�er precautionary measeares in pz'otect�g said property. Wheneve�r eviden.ce is found of
such damage, the Inspector may order the damaged portion immediately removed and
r replaced by the Cont�actor at his expense.
�
1d.7 Subject to the approval oi th� Tnspectflr, portions af this project, which are not afFected by
or in conflict with the proposed m�thod of handling tra.�'fic ar utility adjushnents, can be
i constructed during any phase.
10.8 Barrieades and sign►s shall be placed in such a manner as ta not interFere with the sight
distan.ce nf drivers en�ering the hi.ghway from driveways or side st�eets. To facilitate
shifting, barri.cades and signs used in lane closures ar traffic stagin� may be erecied and
�nount�d on portable supparts. The design of these supports are subject to ihe approval of
the engineer.
10.�0 T�e cantractor shail provide and ma�atain flaggers at such pain�s and for s�teh periods o#'
iime as may be required to provide for the safety a�nd canver�ence of public travel and
contractor'� personnel, and as shown on the pl� or as directed by the enginecr. These
flaggers shall be located at �ach end of the iax�e closure and shall be properly attired. The
two flaggers sha1l be in two way radio contact with each otii.er at all times. Paddl�s will be
required far tkus praject.
10.11 The cont�actor will not be permitted to commencc work on the road before sunrise arid shall
arrange his work so that no machinery or equipm.ent shall be parked closer than 30 ft.
(9.14M) to the traveled roadway after sunset except as authorized by the engineer.
10.1.2 The cantractor sha11 keep traveled surfaces used in his hauling operativn clear and free af
dirt or other material.
10.13 The use of rubbear-tired equipment will be requi�'ed for moving dirt and other zx�aterials
a.long ar across paved surfaces.
10. �4 No lane cLosures will be allowed prior to 9:00 a.�n. or after 4:00 p.m., Monday thru Friday
unless otherwise di�t�ected by the engineer.
10.15 If at any tinne the existing traffic signals become ino�erable, ihe contractor sha.11 provid�
portable stop signs with tw� orange flags, as approved by the engineer, to be used for traffic
coz�trol.
Tra�'fic Signal Specificaiions — Part E January 2002
City of Fort Worth Page 37
11.0 PAYIVIENT FOR FURNISHING AND INSTALLING CONTRACT ITEMS
11.1 The u�it bid price sha�i be fi.ill campensation for placing and testing al� �naterials as well as
use of equipment, tools, labor arid incidentals necessary to complete the work. Portions of
the work thai ha�e not been approved by �he Tnspector will not be considered complete and
payment shall be withheld until the Contractor has completed the work to the satisfaction of
the Inspector. �
12,0 EXPERIENCE AND QUALIFICAT�OI�S
12.1 the Bidder may be required to supply a lisi of cities, towns, eta, where previous Contract
work as been compl�ted. The lisi shall contain na.pn.es and phone numbers of persons wha
can be contacted for such reference. If the guidelines listed above are noi met, the bid may
nat be accepted.
12.2 The Bidder shall also furr�sh infarmation, as outlined above on each rnajor subcontractor
{i.e. manufacturer or fabr�catar af traffic signal structures, etc.) that will particxpate in this
pro�ect. Th� City reseives t�e right to reject any aa�d all subcon#ractors.
12.3 The City reserves the right to rejeet any and alI bids and ta vvaive formalities.
Traffic Signal Speczficativans — Part E January 2402
City of Fort Worth Page 38
SILICONE JOINT SEALING FOR CONCRETE PAVEMENT:
C�TY OF FORT WOIZTH, TEXAS
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
SPECI�'ICATYON fnr SILICON� JDINT SEALING
{Revision 1, O�tober 1$, 1989)
(Revision 2, May 12, 1994)
1. SC�PE
This specification for silicona joint sealing Portland Cement Concrete pavement and curbs shall supersede ]ten►
314.2. {11) "Jnint Sealing Mat�rials" of STI�NDARD SPECIFICATIONS FOR STREET AND STORM DRAIN
CONSTRUCTION - CITY OF FORT W�RTH, and Item 2.210 "7oint Sealing" of STANDARD
SPEC]FICATIONS FOR PUBLIC WORKS CONSTRTlCTION - NORTH TEXAS CDUNCIL OI�
GOVERNMENTS.
2. DESCRIPTION
This specif-ication fot silicone joint sealing shall apply to, but shall not be Iimzted to, all Portland Cement
Concrete streat pavement and cuzbs.
3. MATERIALS
3.1 The silicone joint sealant shalI meet Federai Specification TT-S-flQ1543A far Class A sealant except as
modi�ied by the test requirements of this specification. Before the installation vf the joint sealant, the
Contxackoz shall �mish ihe Extgivaeer certi�cation by an independent iesting laboratary that tihe silicane
joint sealants meet these requ�ements.
32 The rnanufacturer of the silicone jaint sealant shall have a tnrnimum fwo-year demonstrated, documented
successful fieId perfon-riance with Portland Cem�nt Concrete pavement silicone jaint seaIant systems.
Verifiable documentation sha11 be subrnstted to the Engineer. Aeetic acid cure sealants shall not be
accegted. The silicone sealant shall be cold applied. '
33 Self Levelin� Silicnne Joint Sealant
'T'he joint sealant shall be Dow Corning 890-SL seif-leveIing silicone joint sealant as rr�nufaciured by Dow
Corning Corporation, Midland, Mi 48G86-a9�4, or an approv�d equal,
Self-LeveIin� Silicone Joint Sealant for As�halt
Tesi Method
'I'able III Self-Le�eiin� 7oint Sealant
Test
Requirement
As Supplied
*x�*m
MIIrS-$802
A�TM D 1�75
��x�*
*��*
*�x�*
Non Volatile Cantent, % min.
Exh-�sian Rate, g�amslmi�ute
Speciiic Gravity
5icin-Ovez Tune, �ninutes max.
Cure Time, days
Full Adhesion, days
96 to 99
275 to 550
1.260 to 1340
60
1 �4 io 21
14 to 21
5ilicone Jvint Sealant For Concrete Pavement Page 1 of �}
As Cured — After 2l. Days at 2S°C. (77°T.) and SU% AH
ASTM D 412, Die C Mad. E�ongatian, % min. 14Q0
ASTM D 3583 Modulus @ 15Q% Elongation, PSI 4
(S�ct. I4 Mad.)
ASTM C 719 Movement, 10 cyeles @+ 1441-SO°/a No Failuze
ASTM D 3583 Adhesion ta Concrete, % Elonga�ion rnin. 600
(Sect. 1� Mod.)
ASTM D 3583 Adhesion to Asphalt, % Elongation rnin. 600
(Sect. 14 Mad.)
, 3.4 The jaint �I1er sop s�all he of a closed cell expanded polyethylene %am backer rod and polyethylene bond
breaker #ape of sufficient size to provide a izght seal. The back znd and breaker tape shall be installed izx tkze
saw cut joint ta pz�event the joint sealant frnm flowing to the botiom of the joint. The Uacker rod and
' breaker tape shall be compatible with the silicone joint sealant and na bond or reaction s1�a1T occur between
tliem. Reference is made to the "Construction Detail" sheet for tl�e vaxious Joint details with their respectave
dimensions.
4. TIM� OF APPLICATION
. On newly cvnslructed Portland Cement Concrete pavernent, the foints shall be initially saw cut to the required
depth with t�e proper joint spacing as show�q. on the "Construction Detail" sheet or as directed by the Engineer
witk�in i2 hours of the pavernent placement. (Note that for the "dux�niay" joiunts, t$e iniiaial 114-�ixac� widtk� "g�reen"
saw-cut and the "rese�rvoir" saw cut are identieal and should be parE of #he same saw cutting operation.
� Iminediately after the savv cutting pressure vvashang s�all i�e applied to flush fihe concrete slurry from the fteshly
saw cut joints.} The pavement shall be aliowed to cure for a minimum of seven (7) days. Then �e saw cuts for
the joint sealant reservoir shalI be nnade, the joint clea.ned, and the joint sealant installed. During the application
I of the joint sealant, the weather shall not be incletx�ent and the temperatura shall be 40�F. (4°C.) and rising.
S. EQUIPMENT
� 5.1 The Contractor shall fux-nish a11 necessary equipment The Contractor shall keep ]us equipmtnt in a
_ satisiactory worlcing condition and shall be inspected by the Engineer prior to the beginning of the work,
The minixnunn requireznents for constructian equipment shall be as follows:
5.2 Concrete Saw: The sawing equipment shalI b� adequate in size and power to complete the joint sawing to
the required dimensions.
53 Hi�� Pressure Waier Pu�: The high pr�ssure cold water putnping system s�all be capahle of deli�ering a
sufficient pressure and volume of water to thorougha.y �ush the cancrete slurry from the saw-eut jaini.
5.4 Au Comnressors: 'The delivered compressed air shall have a pressure in excess of 90 psi and 12a cfm.
'I'here shall be suita6l� reaps fvr the removal of al� free water and oil from the compressed air. The blow-
tube shall fir into khe saw cut joi�t.
5.5 Extrusion Pumn: The output shall be capable af supplying a sufficient volume of sealant to �he joint.
5.6 Iniec#ion TanL• This mechanical device shail apply the sealant unifom�ly� into the joint.
5.7 Sandblaster: 'The design shall be for coznrnercial use with air compressots as specified in Paragraph 5.�.
5.8 Ba�kei Rod Roller and Too�in� Instrument: These devices shall be clean and free of contamuiat'ron. They
shail be compatible with the joindepth and widfh reqUiren�ents.
6. CONSTRUCTION METHODS
Silicone Joint Sealanf For Conctete Pavement Page 2 of 4
6.1 Genera�: The joint reservoir saw cutting, cieaning, bond breaker installation, and jant sealant placement
shall be perfarmed in a cantinuous sequenee of operations
6.2 5awin� 7oints: The joints shal� be saw-cut to the width and depth as shown on the "Constructian Detai!"
sheet. The faces oF the joints shalI �e uniform in width and depth along the full length of ihe j oint.
6.3 Cleanin� 7oints: Immediately after sawing, the resulting concrete slurry shall be completeiy remo�ed from
the join.t and adjacent area by flushing with high-pressure water. The water flushing shall be don.e in one-
direction to pravent joint contamination.
When the Coniractor elects ta saw the joizi.t by the dry nr�ethod, flust►ir� the joint with high-pressure water
may he deleted. The dust xesulting from fihe savving sball be removed frorn the joint hy using cornpressad
air. (Paragzaph Rev. I, October 18, 1989)
After complete drying, the joirits sh�ll be sandbIasted. The nozzle shall he ai#ached ta a mechanical aiming
device so tl�at tiie sandblast wi1! he directed at an angle of 45 degre�s and at a distance of one ta two inches
from the face of the joint. Both joint faces shail be sandbIasted.in separate, one directionai passes. Upon
the tenninatian of the sandblastiug, the j oinfs shall be blown-out using compressed air. The biow tube shall
iit into the jvints.
The blown joint shall be checkec� for residual dusi or other contamivation. Tf any dust or cantamination is
found, the sandblastz►�g and hlowing shall be repeatad until the joint is cleaned. Solvents will not be
pem�itted to remove stains and cantaxnirtation.
Immediately upon cleaning, the bond breakar and sealant shall be placed in the join.t. Open, cleaned joints
shall noY be lef� unsealed overt3ight.
Sond Breaker Rod and Tape: The bond breaker rod and tae shall be installed in the cleaned joint prior to
tk�e applicatian of ti� j oint sealant in a manner ihat wiIl produce the required dir�ensions.
6.4 3oint Sealant: Upon placerrient of the bond breaker rod and tape, ttie joint sealant shall be applied using the
mec�anical injection toal. The jaint sealant apptication shall not be pezmit�ed when the aiz and paverz-�ent
temperature is less than 40F (�FC). .Toints shail not he sealed unl�ss they are clean and dry.
Unsa#isfactorily sealed jaints shall be reflled. Excess sealant le� an the pavernent surface sl�all be rerrioved
and discazded and shail nat be �sed to seal the joints. The pavement surface shall gresent a clean final
condition.
Traffic shali nat he allowed on the fresh seatant until it b�comes tack-fr�e.
Approval of Joi.uts; A reprasentative of fihe sealant manufacturer shall be gresent at the job site at th�
heginr►ing of the fmal cleaning a�d sealing of the joi.nts. He shall demonst�ate ta the Contractor and the
Engineer th� acceptable metliod for sealant installation. The tnannfacturer's representative shall approve
� the cIean, dry joints befo�e the sealing operation co�ences.
�!�'►'/_� �� .7\►�i 11'/
The Contractar shall provzde the Engineer a manufaciurer's wrztt�n guarantee on a,ll joint sealing materials. The
manufacturer shall agree to provide any replacement material free of charge to the City. Also, the Contractor
shall provide the Engineez a written watranty on aIl sealed joints. The Contractor shall agree to replace any
failed joints at no cost to the City. Both waira�ties shail be €or one year afte� final acceptance oi the complete�
i work by the Engineer.
8. BASIS OF YA�'MENT
Silicone Joint SeaIan# Far Concrete gavement Page 3 of 4
No paytnent wiIl be made for this subsidiary pay item. Contracior shail fumish all materials; prepare, deliver,
and ap}�ly sealing matezials; and pzovide ail labor, equiprnent, tools and incidenta�s necessary to compiete the
silicone joint seali�g in conformiry with the plans and these specifications,
.I
�
,
„
.L
Silicone Toint Sealant For Concrete Pavetnent
Page 4 of 4
PART F
, CERTIFICATE OF INSURANCE
CONTRACTOR COMPLIANCE WITH WORI�R'S COMPEN5ATION LAW
EXPERIENCE RECORD
, EQUIPMENT SCHEDULE
MAIN�ENANCE BOND
PERFORMANCE BOND
AND
' PAYMENT S4ND
k
k �
F-1
— —
� : �
co�-r�c��o� eorw��i���� wiTr�
VRl�R14�RS' COfli1P�CN5A�lOIV LAW
� �,
Pursuan# to V,T.C.A. �.abor Code §4�6.96 {2000�, as amended, Contractor certifies that
it pro�id�s wnrkers` compensation insurance co�erage for all of its employees employed
on City of Fort Worth Pra�ect i�ew Sit�nal lnst�llafions at i:heJ�tfiersections gf:
�asswodd �fr►d 1�u�fionvvood Dr; i�1dVY 'i83 1�a�a ��e: I��acham �Ivd 1 N
Svluani� Ade: and �poonw�od �,n 1 1lVesfiern Cen4e� Bl�vd and City of Fort Worth
Project No� C116a0204 �i 6Q39 D9�: Ci 16-020� 16031 �90� � C1'Yfi��2Q�f �9�03i 161: C9'���
02d'91603�'9�9 T'P1M-TE�20�2��014. -- - �---... _ .
CONTRACTOR:
e ` ��� I+��
By; r` ���� � ! �
` � �'C� l • �
Name: c , _ �.�1
Title: ���1[�
Date_ �� f� I ��
STATE OF TEXAS §
§
COUNTY OF TARRANT §
Befor� m�, the under�ig ed authority, on this day persanalfy appeared
? r� � � � 4� `►�
� �
I�nown io me to be the p�son whase name is subscri�ed to the fore oin instrument
9 9 �
and acknowlec}ged to me that he executed the same as the ac# and deed of
for the purposes and cansideration t#�er�in expressed and in the capacity therein stated.
, � , , �,�
Given Under My Hand and Seal af Office tf�is �� �'' day af , 2D�- "
f ��i�t���eoitrra���� --- ;�
i e•°,���� �M�Ay�'�� � -�' ` �
+0�� O� � ���( P ��a �� ��imm — . �� s-' • ,�✓ _Y � �
� p Q� ��, @ � Nof�i Pubfic in and for the Siate af
I � 0 �' � � � Texas
m .
m ° �
. o � � � � ��� oQ �
s
. � ' °� 'a �� L7� � a �
•�� ��9°oea��oo°��4J `���
��i* 0 �ds
�s���3 +� o � a�4 ��,,a
� I�p�l'��b
THE STATE OF TEXAS
rEx�ox�.�cE so�n
KNQW ALL BY THESE PRESENTS:
COUNTY OF TARRANT
,�
That we, (1) Durahle Sneciajties. Inc. , as Prinaipal herein, and (2)
Great Ame�ican �nsurance Company of New York ,
a corpara�ion organized under the laws of the State o� (3) New �or�. , a.nd vvho is
authorized to issue surety bonc�s in the State af Texas, Surety herein, are held and frmly bound
unto the City nf Fort Wartka., a muiv.cipal corporation Iocated in Tarrant and Denton Counties,
Texas, Obligee herein, in the sum of Two .Hundred 'I�ven�v Ei�ht Thdusand and Pio Cents
Dollars (���S,OOO.D4 ) far the pay�ent af which sum we 6ind our�elves, our heirs, ea�ecutors,
administraiors, successors and assigns, jointlp and severally, firmly by these presents.
WHEREAS, Principal has entered into a certain written comract wi�th the 4bligee dated
; the 2"d day of Jul�v , 2�0�, a copy of which is attached $ereto and rna.de a part hereo£
for alI purposes, for th� �onstr�actian of NEW �IGI�TAL Il�TSTAL�,ATTOlET� AT TH�
II�TERSECTION� 4F: SASSWO�D B�IILEVARD 1 BUTTO�TWOOD DRIVE:
HIGH'V��iY' 183 1 GARZA AVE1� UE; 1�EACHAI� SOULE�7ARD /1�QRTH SYLVAPTIA
I��
AVEl�TIIE AND SPOONWOOD LA1�E / V�'ESTERI�T CE�TTER B4ULEVI�RD Project �10.
C116-020i1�iO3I092; C11G�U�0116031101; C116�0�411G031161; C11C-a20116D3ll59
�PW-TE-2002-0014.
NOW, 'I'�ERE�(}RE, the conditian of this obliga�ion is such, if the sa.id Principa� shall
faithfully perfarm the work in accordance with the plans, specifica�ians, and cantract documents
and shall fixliy indemnify and hold harrnless the Oi�ligee from all casts and damages which
Obligee may suffir by reason of PrincipaP s default, and reimburse and repay Obli�ee for all
outlay and expense that Oblige� may incur in making good su�h d�fault, ihen this obligation
s�a�l be void; otherwise, to remain in fu11 forc� and effect.
PRDVIDED, HQWEVER, tlaat tJ�is bond �s executad pursuant t� Chaptez� 2253 of the
Texas Government Code, as amended, and all Iiabilities on this bond shall be determi�ed in
accordance with the pravis�ans of such statute, to the same e�tent as i£ it were cop�ed at length
herein.
]N WITNE�S WHEREOF, the duly authoz'i�zed regresentatives of the Principal and the
Surety ha�e �xecuted tYiis instrument.
SIGNED and SEALED this �n� day af Julv� ; 2402,
�
r
ATTEST:
� MI�.� I �.
{Principal} Secretary
(SEAL)
,
�
-�. -� , _�
' ��� _ '.
VI!'�t�ss as to Pn�cipai !
\ �_)����t. � d1L�. .
PRI P L �
By: � �' �
f , , . �
Name: �f @.i l • .
Titie: . �
Address: �• ��. ��i� ���
, �'4C ?5��
Great American Insurance Company of New Yoxk
5U-E �
���
B ` �� � i, �' 0.� ' �"��
' �
lVan„f�: Patricia A. Sm�Lth
Attarney in Fact
�r ATTEST� .
; i �� ���I,"�,.C�..,,,/
. $BCr�t� �
' I (S � A L)
�,
��
I , �
Addtes5: P•0. Box 429
Arlington, TX 760fl4-Q429
� -
� A' �• � "
Witness as #v SUrety �� T�lephone Number: 817-794-1600
NDTE; (1) Cvrrect name of Princ�pal (Contractor).
(2) Correct name of Surety.
(3} 5tate af in�orporation of Surety
Telephone number of surety must be stated. In additio�, an original copy ofi
Power of Attorney shall be attached to Bond by the Att�mey-in-Fact.
The dai� of E�ond shall not be prior to date of Cantract.
����� ��n��ic�� rNsu���c� �e���n�v o� ��w vo��r�
New York
Administrati�e Office: 58�D WA�.NUT SiFi��T . CINCINNATI, 0�110 45202 � 5i3-369-5000 � FAX 513-723-2740
The num6er of persons auiHorized by
this power of aftorney is not more than �Q� a,I6961
�� �OWER OF ATiO#�NEY
KNOW A�L MEN BY TH�S� PR�SENTS: That fhe GREAT AME�ICAN INSURANCE COMPANY DF NEW YORK, a corporation
organized and existing under and by virtue of the laws of the State of New York, does hereby nominate, consiitute and appoint fhe person or
persons named betow its true and lawful attarney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surery,
any and all bonds, undertakings and cnntracts of sureryship, or other writte�n obfigations in the nature thereof; provided that the liability of the said
Company on any such bond, undertaking or co�tract of suretyship executed under this authority shaf� not exceed the limif stated below.
Name Address Limi# af Power
JACK M. CRO�W.LEY psT,Z, p�' AT,r,
T+�,YNE A, COI3LE AR�INGTON, TEXA.S UNLIMZ".I`Eb
PATRTCIA A. SMiTH
This Power nf A#torney revokes al! previous powers issued in behalf of the aitomey(s)-in-fact named above.
IN WITN�SS WHEREOF, the GREA7 AMERICAN I�ISURANCE C4MPANY OF NEW YORK has caused these presents to ba signed
and attested iay i#s appropriate officers and its corporate seal hereunto affixed this �$ day af ,����y � 2001 •
Attest GREAT AM�RICAN INSURANC� COMI'ANY OF NEW YORK
DQUGL.AS R. 64WEN (513359-3811j
STATE QF OHIO, COUNTY OF hiAMILTON-ss:
•� On this 2� day of January 20Q1 , before me personallyappeared DOUGLAS R. BOWEN, to me known,
being dulysworn, deposes and says that he resides in Gmcinnati, Ohio, that he is the Divisional SeniorVire President of the Bor�d Division of
Great American Insurance Company pf New York, the Company described in and which executed the abave instrument; that he knaws the
, � seal; fhat it was so af#ixed by authori#y of his office under the By-Laws of said Corr3pany, and that he signed his name thereto by like a�#hority.
'Fhis Power of At#arney is granted by auihoriry of the following resolutians adoptecl by the Board of Directors of Great American
'' Insurance Company of N�w York by u�animous written cons�nt dated July 27, 1995.
RESOLVED: 'That the Division Presidenf, the several DJvision Vice Presidants and Assistant Vice Presidenis, orarty one of fhem, be
and here6y is a�thorized, from tfine fo trme, to appoint nna or more Attorrteys-ln-Faci tv execufe on behalf of the Company, as surefy, any and
,.. al! 6onds, u�derfakings and cnntracfs of suretyship, or other written o6ligations in the naiur� thEreof,• to prescribe their respective duties and
�he respectrve limris of fheirauthorrty; and to revoka anysuch apporrafinent atany trme.
'� R�ESOLVED FURTHER: That the Company sea! and the signature of any of the aforesaid afficers and any Secretary or Assistant
� Secretary of ihe Campa�y may !�e atflxed hy facsimile fo any power oi aftorney or certrficate of either given for tl�e execufion of any bond,
undertakrng, coratract or sureryship, or other wriften o6lrgation in ihe nature #hereof, such srgrratur� and sea! v�hen so used being hereby
adopteri 6y the Company as fhe original signature af such officer and the erigrnal sea! of the Company, to be valid and bindirrg upon fhe
;� Compar�y with the same force and effect as though manually affixed
CFc€�TIFICAiION
I, RONALp C. HAYES, Assistant Secretary of Great American Insurance Company of NewYork, do hereby certify that the foregoing
;� Pow�r of Attorney and the Resalutions of the Board of Directors of July 27,1995 havE nat been revoked and are now in full forc� and effeet.
Signed and sealed ihis 2nd day of .7uly , 2002 .
S1i85 (12/00J
� ����5
��
�
�
�
TNE STATE OF TEXAS
C4UNTY OF TARRANT
PAYI�E�T BO1�TD
�
�
.
[�NOW A�L �Y THESE PRESENTS:
That we, (1} Durable S�ecialti�s,_3.�c.. , as P�incipal nerein, and (2j
Great American Insurance Company of New York
a carporation organized and existing under the laws of the S#ate of (3) New York _
as surety, aze h�ld and firmly bound unto the City of Fort 'VVorth, a m�nieipaJ corpora�ion located
in Tarrant and Der�tan Count�es, Te�as, Obiigee here�n, in the amount of Two Hundred Twentv
Ei�ht Thousand and 1RTo Cents Dollars( ���8.000.011 ) far �e payment whereo� the said
Principal and St�rety bind themselves and the�r heirs, executors, adminis�arators, successors and
as,szgns, jointly a.nd severally, ftrmly by these presents:
WI�REAS, the Principal has entered into a certain writt�� cantract wifl�. the Obligee
dat�d the �°� day of Julv , 200� which contract �s hereby r�ferred to and made a pa.rt
hereof as i� iully a�d ta the same extent �.� if copied at length, %r the followi�g project: 1V�EW
SIGI�TAL Il��TALLAT�OIl1S AT THE INTERSECTIQI�S U�`: SA�SWUOD
BOULEVARD /_BUTTOir1WQQD D�.�[VE; _ ffiGH'VVAY_183 / _GARZA AVE�VUE:,
7VlEACHA�I B4tTLEVARD / l�l'ORTH �YLVAlV7�i A'�Elil'UE A1�13 �PODIiTV4T�OD L�ill�E
/ WEST�RRT CE1iT'��R BOULEVARD_ _ Proiect No. �116�0�413GQ31Q92; Cl�b-
020i160311ai: C11G-020ll60311G1; C116�0�011603ll59_ TP�aTE��OQ��001�.
N�W, 'IT�REFORE, 'I`HE COND�TION OF THI� OBLIGATI�N �S SUCH, that if the
said Principa.l shall fait�fully make payment to each and ev�ry claimant (as defined in Cl�a.pter
2253, Texas Gnvernmont Code, as amended) supplying labor or materials in the prasecution of
the work uuder the contract, then this obligati�n shall be void; otheiw�ise, ta remain in £u11 force
and effect.
PRUVIDED, H+DWEVER, that this bond is executed pursuant to Cha�ter 2253 of tlae
Te�.s Governrne�t Code, as amended, and a11 liabilities on �is band shali be d�termined in
a�cordance with the provisions of said statute, to fihe same extent as if it w�re copied at lez�gt�,
herein.
IN VVTTNESS W.[�REOF, #he duly aut�orized representatives of the Principal and t�e
Surety ha.ve executed tl�is instrumezat.
; �rGiVED az�d �EALED thits 2'�d day af Julv , 20Q2.
ATTEST:
<
��� IJV�
�Prinapal) Secret�ry
�S E A L)
�, �,- - � -� ,
� �
�tness as to Principa{
AT -
Secre ary
(S E A L)
�
-� �
� � � � ��C S i � �r1�-
PRI AL
gy; •��� �' � �°
� �]C.��[Y l:-
Name: �
�
Titie:
Ac#dress: i��• �b�. �ti��
��[!��lv�lt� .1 i�_ ����,
Great Amer3can Insurance Coznparay of New Yvxk
SURET-Y
y� ��� �
B : � �� . �.�1.,
N���. Patricia A. Smfth
Attomey in Fac#
Addt-ess: P. a. Box 429
Arlin�ton, TX 76004-0429
,` .
� � .�L,� �.�..�ir�..l .�
V�litness as to Surety Telephone Number: 8�-�-���►-16Dp
�� NOTE: 1 Correc# name of Princi al o tractor
( ) p (C n ).
. (2} Correct r�ame of Surety.
�, �(3) Staie of incorporatior� o# Surety
Tefephone number o# surety must b� stated. In additian, an origina! copy of
Power of Attomey shall �e attached #o Bond by the Attomey-in-Fact.
The date af bond shall nof be prior to date of Cor�trac#.
�
GR�/�1i I�afiA��[C�f� IiV�URq�CE C��IiPANY O�' I��IJV YOE�K�
M1�ew York
Administrative Office: 580 WA�NUT STR�ET � CINCIIYNATI, OFiiO 45�02 � 513-369-5dd0 • F/!X 513-723-27q0
The numberof persons auiharized by
this powerof attorney is not more than N�- � 16g61
�� POW�R OF AYiDRI��Y
14NOW IALL MEN �Y YHES� PRES�NiS: That the GREAT AMERICAN 1NSURANCF COMPANY OF NEW YORK, a corporation
organized and existing under and by viriue of the laws �f the S#ate of New York, daes hereby nominate, constitute and appoint the person or
persons named belaw its true and lawfui attorney-Fn-fact, fqr it and in iis name, place and steacf to execute in behalf o# the said Company, as surery,
any and all bvnds, undertakings and contracts af suretyship, or other written obligatians in the nature thereaf; pro�ided thatthe liability of the said
Company on any such bond, undertaking or contract of suretyship execut�d under this authovity shall not exceed the limit stated below.
Name Address Limit of power
,' l. sAcic M. �ow�� � oF AT7,
i�Yi� A. COBLE �RLINCIIC]N, TEXAkS �INLT.MI'I'ID
,r PATRTC2A A. SM�TH
Il
This Power of Rttorney revokes all previous powers issued in behalf of the attorney(s)-in-fact narned abo�e.
��IN WITNESS WHEREOF, tha GREAT AMERICAN INSURANCE CQMPANY OF NEW YORK has caused these presents to be signed
and attested by its apprapriate afficers and its corparate seal hereu�to affixed this 25 day of ,7��ry , 2aflZ
Ariest GREAT AMERICAN INSURAiVCE CDMPANY OF �kEW YORK
bOUGLAS R. BDWEN (513-368-3811)
STATE QF QHIO, COUNTY OF HAMILTON-ss:
On rhis 25 day of Ja��-y 2�a2 , before me personaify appeared C70UGLAS R. BoWEIV, to me knawn,
being duly sworn, deposes and says that he res��es in Cmcinnati, Dhio, that he is the Divisional 5eniorVire President of the Bond Di�ision of
Great American Insurance Company of New York, the Company described in and which axecuted the above instrurr►ent; that he knaws the
seal; that ii was so affixed by authority of his office under the By-Laws of said Company, and that he signed f�is name thereta by fik2 authority.
'� This Power of Attorney is granied by autharity of the following resolutions adopted by the Board of Directors of Grea# American
� lnsurar�ce Company of New York by urtanimous written consent dated Juiy 27, 1995.
, RESOLVED: That the Divrsion Presrdent, the severa! Divisian Vice Presicfents and Assistarrt Vrce Presidenis, orany ane ot tham, be
and hereby is authorized, from time fo time, to appoint orre armore At#orneys-ln-F'act to execute on behalf of fhe Campany, as surety, any ar�d
� a116onds, urrdertakings and cantracts of suretyship, or oiher wrrtfen obligations ir� ihe nature fhereof; b prescribe their respecfive duties and
the raspective lirrrrts of theirauthority; and to revoke any such appointment atar►y time.
RESOLVED FURTHER: That the Company seal and the signature of any of fhe aforesaid officers and any Secrefary orAssisiant
� I Secretary af fhe Company mey 6e affixed by facsirnr'Ie to any power of aftorney or c�rtrficafe of erther grven for the executron of any borrd,
� underiakir7g, co�rtract or sureryshrp, or other writfen oblrga#ion in the rrature thereof, such signafure and seal when so used 6eing here6y
adapted by ihe Company as the original signaiur'e of such officer and the arrginal sea! af the Company, to 6e valid and brndrrtg upon the
� � Compar�y with the same force and effecf as fhough manua!lyaffixed.
GERTI�ICAiI�N
I, RONA�p C. HAYES, Assistant Secretary of Great American lnsurance Company of NewYork, cfo herehy certify that ihe foregoing
Power of Attorney and the Resolutions of the Board af Directors of July 27, 1995 ha�e not been revoked and are now in full force and ef#ect.
Signed and sealed this �.nd day of .Tuly , 2002 ,
51t85 (1?14QJ
i
��.tE�T�lt�����r.
IN&URANGE G3i�l1P
��� ���� Ins�ar��.� ��m���y �f �c*� �o�k
�re�� �r�e�� �il�i�E� In�t�r��� �.�����y
G��t ,�e��� �sur�c� �,o���n�►
Il0�lPORT�I�NT NOT�CE.
To abtain inforrnatian or inake a camplaint:
You ma� contact rhe Texas Depart�naent of Ius�rance to obtain information an companies,
coverages, r�ghts or complaints at:
1-540-2�2-3439
,�
�l
11
�
You xnay write the T��a.s Department oi Insurance at:
P.O. Box 149104
• Austin, TX 78714-910�
FAX �k I-512-475-1771
Youx natice of clairn against the attached bond �ay b� given ta t�Ze surety co�npany that issued
ths ioon.d by sendinig zt to the fallowing address:
Ma:iling Address: Great Arnerican Insua ance Com�any Claim -
. P.O. Box 2575
Cincinna�z, Ohia 45201
PhysicalAddress; C�eatArnerican Insurance Company Clai�n
584 Walnut Strest " �
7th k��aor
Cincinnati, Ohio 452�1 �
You may aiso contact the Gr�at Arnerican In.sura:czce Compaz�.y Claim office bq talephone at:
Telephane Numl�er: 1-S 13-369-5069
PREMXUM OR CLAIM DISPUTES: •
if you have a dispute concezning a prernium, you should contact the agent first. If you have a
dispute eoncerning a claim, you should contact fihe coxnpany f"v�st. if the dispute is not zesolved,
you may contact the Te�cas Depart�tent of Insurance.
ATTAcg THzs rroT�cE �o �ouR Boivn:
This notice is far informatian anly and does r�ot beco�ne a pazt or conciition of �he attac�ed
ciocunient. � .
A.96b7 (09l017
PART G
COl�TTRACT
G-0
ATTEST:
�
V�7�J V0� lN �N�!
(Principal) S�cret�ry
(SEAL}
� ��
itness as to Principat
� A
. Secre ary
� � (5 E A L)
� ' -
{ �.� ;,_ .,,
tr�ess as to Surety
N4�"E:
�� - . ���..�.a.� -h�e 5 w
PRI AL
By: , '���/ '- ? � `� '`'�
/ t�_ n �
Name: ���[Y l ;- �1��
�
T�tle:
Address: �� • ��. �����
��lr� ! t�_ �'l�'� �
Great American Ix►surance Company of New York
SU E- - ,
�� r� �
By_ v�.��. �'cA� _ �.Vl,�
N���: Patr�cia A. Smith
Attomey in Fact
ACidress: �.o. Box 429
Arlin�ton, TX 76004-0429
Tefephane Number: 8�7-79�+-16p0
('I) Correct name of Principal (Contractor}.
(2) �oRect r�ame of Surety.
(3) S#a#e of incorporation of Sur�ty
Telephone number of surety must �e stated. In additio�, an or{gina! copy af
Power c�f Attorney shall be attached to Bond by the AtEomey-�r�-Fack.
The date of band shall not be prior to date of Contrac#.
���a� �n���i��n� rtusu����� co��a�v o� ��w vo��c�
New York
Administratine Office: 580 WAI�NUY SY�EET o CINCINNA�'I, OFflO 45202 ��13-359-500D ���X 513-723-2740
The number of persons autliorized py
this power of attorney is not more than �O• a 16951
THREEE PdW�R OF Ai�ORNEY
iCNOW l�LL MElV BY �V�ES� PRES�N f5: That the GREAi AMERICAN WSURANCE COMPANY OF NEW YORK, a corporatian
organized and existing under and by virtue of the laws of the State of iVew Yorlc, does hereby nomi�ate, constitute and appoint ihe person or
persons named below its true and lawful attorney-in-fact, for it and in its name, pface and stead to execute in behalf of the said Company, as suraty,
any and afl bands, undertakings and contracts of suretyship, or otherwritten obligations in the naiure thereof; �rovided that the liabiliiy af the said
Company on any such bond, undertaking or contract of suretyship executed under this authorify shall not exceed the limit stateci below.
Name Address Limit of Power
JACK M. � ALL OF �y
i+�,YNE A. C;O� Af�,INGTON, TEXAS UNLZMiTID
PATRICIA A. SM�TH
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-facf named above.
fN WITNESS WHEREOF, the GREAT AMERICAN �NSURANC� COMPANY OF NEW YORK has caused thess presents to be signed
and attested by its approprfa{e officers and its corporate seaf ��reunto affixed t�is Zr� day of Ja.I�uary � 2001 •
Attest GREAi AMERICAN 1NSURANCE COMPANY OF NEW YORK
�JDUGLAS A. BOWEN (513•369-3811)
STATE OF OHIO, COUNTY OF HAMILTON-ss:
'� On this 2� day of J�n�.y 2��1 , hefore me personaily appeared DOUGLAS R. BOWEiV, to me known,
being duly sworn, deposes and says tha# he resi�es in mcinnati, Ohio, that he is the Di�isional Sen�orVir,e Presidenf of the Bond Division of
Gr�at American Insurance Company of New York, the Company described in and which executed the above instrument; that he knows the
.� seal; that it was sa affixed by authority af his office under the By-Laws of said Company, and that he signed his name thereta by like authority.
L
'� This Power af Attorney is granted by authority of the following resolutions adoptetl by the Board of Directors af Great American
+ Insurance Gompany of New York by unanirrtous written consent dated July 27, 1995.
��R�SOLVED: That the 27ivrsian Presidenf, the severa! Divrsion Vice Pr�sidents andAssistant Vice Presrdents, orany orte ot them, 6e
and here6y is authorized, trom time to time, ta appoint one ormore Attorneys-In-Fact ro execute on 6ehalf of tfze Company, as surety, any and
a116ands, underfakings and contrac#s ot suretyship, or other written obligatrons in fhe nature thereoi,• fo prescri6e their resp�ctive dufies and
the respective limits of thefrauihorrty; and to revake any such appointment af arry time.
'� RESOLVED FUR7HER: That ti�e Company sea! and the signa#ure of any oF ihe aforesaid officers and any Secrefary or AsSis[a�t
' Secrefary of the Company may 6e affixed 6y facsimrle fo any power of attarney or certificata af erther giverr for the execution of any bond,
� underfaking, contract Qr suretyship, or other written obligaiion in the nafure thereof, such signature and seal when so usec! being here6y
ar�opted by the Company as the orrginal srgnature of such oHicer and ihe origrnal seal of the Company, to 6e valyd and 6rnding upan the
fCompany with fhe same force ar�d effectas thougi► manual�y affixed.
` � C�RYIFiC/��fON
I, RONALb C. HAYES, Assistant 5ecretary af Great Arnerican Insurance Company of N�wYork, do hereby cerlEfy that ihe foregoing
� Power of Attarney and the Resolutions of the eoarc! pf Directors of ,luly 27, 1995 ha�e not heen revoked and are now in full farce and effect.
< � Signed and sealsd this 2nd day ot Jul�r , 20fl2 ,
51185 (12/00)
���T.A�ra��ar�.�a.r�r
IN5UAANCE GROUP
IlVlPOR�ANT NOT�CE:
����t ���ti� �n�ura��,� Com�a�y of N�e� �or%
�e�$ �►���� Al���e I������.� �.��p��r
G�re�t �er���a In�ur��a�� Corn��n�
Tn abtain information or inalce a camplaint:
You may conta.ct the Texas Department of Insurance to obtain infarmation on companies,
caverages, rights ox complaiu�ts at:
��saoox����4�s
I�
�
� , ,
�
Ypu may write tha Texas Depaxt�ent of Insura�.ce at:
� P �. Box 149104
• Austin, TX 787 � 4-9104
FAX# ].-512-475-17'1J.
Your notice of claim against the attached band rnay be gi�en to the surety compan.y that issned
the bond by sending it C� the fallawing address:
MailingAddress: Gr�atA�nerican Zn.suran.ce Cornpany C1aim
_ P.O. Box 2575
Cincinnati, 4hio 45201
PhysicalAdd�ress; GreatAmei7can Insurance Company Claim
S$0 Walnut Street ' �
7th Floor �
Ci.�cinnati, O�o 45201
You may alsa contact the GreatAnaerican Insuranee Company Claina o�"ic� �y telephone At:
Telephane Number: 1�-513-369-5069
PREMIUM �R CLAIMDISPUTES:
LF you have a dispute cancerning a premium, you should contact rhe agent first. Tf you have a
dispute concerning a clai.rn, you should contact the coznpany ��st. If the dispute as not :reso�ved,
you naay coutact the Texas Department of Insurance.
ATTACH'I'I�fIS NOT�CE TO YOUR BOND:
This notice is for information only and does not becoxne a par.t ar conclitian of the attached
docuxne�t, • '
m
F.96fi7 (09l01)
� � r
PART G
COl�TT`RACT
,�
�
G-0
�I'I`Y �F ��R�`'h�VOR'�h1, i1�1�4�
C�h�ift�Gi
TME STATE OF TEXAS
KiVOW ALL MEN @Y THESE PRESEf�TS:
C�UNTY QF TARRA[�T
THIS a�reement made and entered into this the �"d _day of Juld t 200� by and
between the Cl f Y OF FORT WORTH, a municipal corporation of Tarran� County, Texas, organ��ed
and existing under and by virtue af a special charter adopted by the qualified voters within said City on
the 11 th day of December, A. D., 1924, under the authority (vested in said �o�ers by the ,"Home Rule"
pro�isian) of t�e Constitution qf Texas, and in accordance with a resolution duly passed at a regutar
meeting of the City Council of said city, and the Ci#y of Fort Worth being hereinafter termed Owner,
and burable Saeciat�ies, lnc. HEREINAFTER CA�.LED Contractor.
WITNESSETH: T�ai said parties ha�e agreed as fallows:
1.
T�at for and in conside�ation af the payments and agreemen#s het�einaft�r mentianed to be
made and performed by the Qwner, and under the conditions expre$sed i� the bond bearing e�en
date herewith, the said Contractor hereby agrees with t�e said Owner to corr�m�nce and complete the
construction of certain improvements described as follows:
N�1iV SI��AL IRl�TA��A�I�R�S wr TW� IR�T������IQ�S OF:
_ _ ���r�oo� �ou������ r ������r�o�� ��i�� �
HI�HF�d�°,Y � ��31 GA►� d!!ENl��
N��A�HIA�l9 ��ULFc1��FiD 1 �lO�iF; Sl�l��IAfi�I� A��hIU�
��@�N1��OD ��l� I 1sV����R� ���T�R �Bl���VA��
Designated as proj�ct number, C�'�fi-O2011603�A�2: �1��0020��1�03�t�9�1: ��96���0�'��0�'�1'��;
�9 96�0��1 R�03'� 159 i�Vi�-i�n2A��o(��094 — -- --
2.
. That fhe work herein cantemplated shall consist of furnishing as an indeqe�den� contrac#or all
labor, #ools, app�ianc�s and materials necessary for t�e cor�str�ction �nd completion of said project in
accordance with a[l fihe Plans, Specificatior�s and Cnntract Documents prepared by the Tra�spartation
and P�blic Works Department of the City of Fort Warth advpted by the City Council of the City ofi Fort
Wa�th, wh�ch Plans, Specifications and Contract Documents are here#o a#tached and made a part of
this con�ract the same as if written herein.
G-1
3.
The Contractor hereby agrees and binds himself to commence tF�e construction of said work
within #en (� 0} days after being noti�'ied in writ�ng to do so by the Transportatian and Public Works
Department of the City of FQrt Worth.
r.�
The Con�ractor hereby agrees to prosec�te said work wi#h reasonable dilige�ce a�ter the
commencem�nt t�ereof and to fu[fy complete and fir�ish the same ready for the inspection and
approva! o� th� Transportation and Pubf ic Works Depar�meni of the City ofi �or� Warth and the City
Council of the Gity of Fort Wo�th wEthin a period of '�10 (�n� bund�ed ienl working days.
!f the Contrac#or shoufd fail to complete the work as set forth in the Plans; Specificafiio�s and
Contract Dacuments within the time so stipulated, plus any additiona! fime allowed as provided in the
General Conditions, there shall be deduct�d from any monies due ar which may the�eafter become
due him, the sum of � _��B.B� per worwng day, not as a penalty but as liquidated damages,
the Contracf�or and his Surety shai{ be [iable ta the Owner�for such deficier�cy.
5.
5ho�ld the Contractor fail #o begin the work herein pravided for within the time herein fixed or to
carry on and complete the same according to the true meaning of the intent and terms of said Pians,
Specifieations and Contract Documents, fhen the Owner s�all have tne right to eithe� demand the
surety to take over the work and complete the same in accordance w�t#� the Con#racfi Documents o� to
take charge of and complete the work in such a manner as it may deem proper, and if, in the
completion thereof, the eost to the said City shall exceed the con�ract price or p�ices s�f forth in the
said Plans and Specificatior�s made a part h�reof, the Confractor artd/or its Surety s�all pay said City
on demand in writing, setting forth and sRecifying an itemized statement of the total cost thereof, �aid
�XC@5S GOS�.
�
Confractor covenants and agrees to ir�demnify City's enginee� and architect, and their
personnel at the project site for Coniractor's sole r�eg��gence. lh addition, Contractor covenants and
agrees ta indemnify, hold harmies� and defend, a# iis own expense, th� Owner, ifs o�f�cers, senrants
and empl�yees, from and against any and all claims or suits for property loss, p�ope�ty damage,
personal ir�jury, including death, arising o�t of, or alleg�d to arise ou# of, fhe work and services �o be
perform�d hereunder by Cantractar, its officers, a�ents, employees, subcontrac�ors, �icense�s or
-� , _�., damape or deafh is caused.._in ,�hol� or fn par% �iv �he
m�itees �rhefJhe� or no� anv such inpernr
nec�livence or alf�aec� nealiaence .of �wrne� �ts o�r*ieers, servants, or� emplodees. Contractor
likewise Govenan�s and agrees �to indemnify and ho�d harmless the Owner from and against any and
all injuries to Owner's officers, �ervants and employee� and any damage, loss or destruct�on tq
property o� the Qwner arising from the performance o� any of tE�e terms and conditions of this Confract,
rR+he�her aY nog anv such iniury or dam�a�e is caused in �e4rhole or in part L�d fhe nedliq�nce or
alledeaP ne�,lia►�nce of O�+ne�: i�s.o�r'icer�, servants or emalovees.
G-2
Ir� �he event Owner receives a writfer� claim for dam�ges against t�e Contractor or its subconfractor�
prior to final payment, final paymenfi s�all not be made until Contrac�or e�ther (a) submi�s ta Owner
satisfactofy evidence that th� claim has been sett�ed anrllor a release from the cfaimant ir�volved, or
(b) provides Owner with a letter from Contractor`s fiabifity insurance carrie� that the c�aim has been
referred to the insurance carrie�.
The Director rnay, if he �eems it appropriate, refuse to accept bids on othe�- Ci#y of Fort Worth public
wark from a Corttractor against whom a claim for damages is outstanding as a resul# of wor�t
performed under a City Contract.
7.
The Contrac#or agrees, on the execution of t�is Contract, and before begir�n�r�g work, ta make,
execute and deliver to said City of Fort Worth good ar�d sufficient sureiy bonds for the faithful
performartce of the terms and stipulations o� t�e Cantract and for the payment to all claimants for labor
andlor materials furnished in the prosecution of the work, such bonds being as pro�ided and required
in Texas Go�emment Code Section 2253, as amended, in the farm incfuded in the �ontract
Docum�nts, and such bonds shall be One Hur�dred Percent {� 0�%) af the total car�tract price, and the
said surety s�al! i�e a surety company duly and IegafEy au#horized to do business in the State of
Texas, and acceptable to the City Council of the City of Fort Worth.
w
Said City agrees and binds itself to pay, and th� said agrees fio receive, fior all of the aforesaid
work, and for all additions thereto or deductions therefrom, the price shown on tf�e Proposal subr�ifted
b� the su�ccessf�! bidder �ereto attached and made a part hereof_ Payment will be made in �nonthly
installmer�ts upon actual wqrk complet�d by Contractor and accepted by the Owner and receipt of
ir��oice from the Can#ractor. The agreed upon total contract amount (includinglexcl�ding} alternates
shall be_
Two Hundred �'weniv �iahfi ihousand and hio �en�s
$���,000.00
�
lt is further agreed that the pe�Farmance o� fhis Contract, either in whole ar in part, shall nat be
sublet or- assfgned to anyon� else by said Contracto� Without t�e wfitten consent of the Direc�ar of the
Transportation and Public Warks Department.
1 Q.
The Contrac#or agrees to pay at least the minimum wage per hour �or all labo� as tF�e same is
elassified, promulgated and set out by the City of Fori Worth, Texas, a copy ofi which is attached
hereto and made a pa� hereof the same as if it were copies verbatim herein.
11.
The Contractor sF�al1 pr�cure and shall maintair� d�ring the life of #his con#ract insurance as
specif�ed '[n paragraph 8 of the Special fnstructions to Bidders of the Contract Documents.
G-3
12.
It is mutually agreed and understood that this agreernent is made and entered into by th�
pa�kies hereto with referer�ces to the existing Charter and Ordinances of the City of Fort Worth and the
laws af the State of Texas with references to and governing all matters affecting this Contract, and the
Contractor agrees to fully eomply with al! the pror�isions of th� sam�.
IfV WITNESS WHEREOF, the City of Fort Worth t�as caused this ir�strument to be signed in Six i��
counte�parts in its name and on its behalf by the City fVianag�r a�d attested by its Secretary, with the
corporate sea! of the City of For� Workh attached. The Contractor has executed th�s instrument
ihraugh i#s duly autharized officer� in �ix (�] cour�terparts with its carparate seal attached.
Done in Fart Worth, isx�s, this the ��
I'�
�+r� � � - -;,�.-
(TITLE}
��. . �' � � I'� �► �
�address)
� 1�����.a����, i� �'t�c. �!� � � �,
(CitylStatelZip)
November 1980
Rerrised May 1986
Revised Septem�er 1992
Revised January 1993
Re�ised April 1999
I�evised June � 999
Revised June 2001
day of �_� , 2002.
�
��� ��Ri l�f0
���. �
ssa r ci�r �
APPR4VED:
- ��" _I'' �
DIRECTOR, TRANSPORTATI4N
Af�D PUBLIG WORFtS
ATTEST:
. �� ��
� GITY �ECRETARY
�s��� C.-��r3�' _
��r������. Au�ho�i���tvr�
...._ ._�1,�� «_ ,
Date
G�
APPROVE S TO FOR� & LEGAUTY:
ASSISTA T CITY ATTORfVEY
�������° , � y : ;�.,�
�� c�� �'���''��``�
� �rt�...
� i��
. �� L�:��• p�i.
�ity of'.�'o�i �Vorth, Texas
I�iayor �nd Cour�c�[ Commu��c��io�
DATE REFER�NCE NUMB�R �OG NAME PAGE
712102 **�d� g� �$ I 20SEGNAL � �1 of 2
SUBJ�CT AWARD OF CONTRACT TO I�l_���BLE �`ECIALTIES, �NC. �QR THE CONSTRUCT�ON
4F NEW TRAFFIC SfGNALS
RECOMMENDATI�N:
It is recommended that the City Council aufhorize the City Manager to exec�te a contract with �urable
5pecialties, Inc, in tf�e amount of $Z28,000.00 for the canstructian ofi new traffic sig�als at the
intersections of Basswaod Bou]evardlBu#tonwood Drive, Highway 831Garza Ar►enue, Meacham
Boufe�ardlNarth Sylvania Avenue, and 5paonwaad LanelWestern Ce�#er Boufevard (Praject No. TPW-
TE-2002-Q014). .
DISCUSSION:
On December 19, 20QQ, the City Cauncil adopted a resaluti�n authorizing the issuance af $45M ir� j
Certificates af Obligation to address critical ca��tal projects that incEude $5M in traffic signal '
improvement funds to supplement the � 998 Capital Improveme�i Program. The praject i�cludes
construc�ion af traffic signals at Basswaod Baule�ardButtonwood Drive, Highway 983/Garza Avenue,
Meaeham Boule�ardlNorth Sylvania Avanue, and S�aonwoad LanelWestern Center Boufe�ard. i
B1D ADVERTISEMENT - This project was advertised for bid on April 18 and May 2, 2002. On May 9,
20Q2, t�e fallowing bids were recei�ed:
BIDDER
Durable Saecialties. Inc.
SY�arrock Efectric, Inc.
Integra#ed Roadway Services, Inc.
Stanfield Enterprises, lnc.
AMOUNT
$228.00O.QO
$255,762.75
$266,5b8.40
$276,977.75
City staff considers th� low bid to �e fai� and reasonable and rec�mmends ap�roval.
A traffic signal study concluded that these intersec#ions meet the warrant r�quirements for a trafFic
signal based on the Manual on llnifarm Tra#fic Confirflf Devic�s, as well as t�e Ci#y's vei�icle delay
criteria. The Transportation and Public Wor�Cs Department proposed #o install fully actuated traffic
signais.
M/WBE - Durable Spec�alties, Inc. is in compliance with the City's MIWBE Ordinance by committing to
12% M/VIIBE participation. The City's goal on t�is project is 11 %,
This prajeci is include� in COl1NCIL D15TR1CT5 3 ar�d 4.
C'ity of'.�'ort bYorth9 T'exas
M�yor and Cou�c�l Corrimur�ic��t�on
DA7E REFERENC� lVUMBER LOG NAME PAGE
7i2ia2 **�_� g� 38 20SIGNAL 2 of z
suB�ECT AWARD OF C�NTRACT T� DURABE.E SPEClALTIES, INC. FOR THE CONSTRUCTION
OF NEW TRAFFIC SfGNALS
F15CAL INFORMATIONICERTIFICATION:
The �inance Director certifies that funds are a�aiiab�e in th� c�rrent capital budget, as appropriated, of
the CTitical Ca{�ital Prajects �und of the $45M Cer�ificates o� Obligation program.
BG:k
Suhmitted far City Maaager's
Office by:
Bridgette GarrettlActing
Originating Department Head:
G. Behmxnesh/Acting
Additional Infarm�tion Cantact;
G. Behmanesh/Acting
6140
7801
7801
I FUND 1 ACCOUNT I CEl�[TER • I AMOLTNT � CITY SECRETARY
� {�o) --
� I
I I
�
�
I (fromj APPROVED 07/�2/Q2
C116 541200 020116031092 $43,320.D0
C116 54120a 020116031'f 01 $57,000.00
� C116 5412Qa 020116�31161 $77,520.00
I C116 5a120a 02011�603'l159 $50,160.00